Request for Proposal (RFP) Document
for
Selecting Agency for Maintenance Services of Hardware
for Arogya Online Project in RNT Medical College Udaipur, Dr. SN
Medical College Jodhpur and 20 Kasturba Ghandi Balika Vidyalayas
(KGBV)
Reference No. F4.2(116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13
Mode of Bid Submission Online though eProcurement/ eTendering system at
http://eproc.rajasthan.gov.in
Procuring Authority Managing Director,
RISL, First Floor, C-Block, Yojana Bhawan, Tilak
Marg, C-Scheme, Jaipur-302005 (Rajasthan)
Date & Time of Pre-bid meeting 02-Aug-13 at 05:00 PM
Last Date & Time of Submission of Bid 19-Sep-13 at 05:00 PM
Date & Time of Opening of Technical Bid 20-Sep-13 at 04:00 PM
Bidding Document Fee: Rs. One Thousand Only (Rupees 1000 only)
Name of the Bidding Company/ Firm:
Contact Person (Authorised Bid Signatory):
Correspondence Address:
Mobile No. Telephone & Fax Nos.:
Website & E-Mail:
RajCOMP Info Services Limited (RISL)
First Floor, Yojana Bhawan, C-Block, Tilak Marg, C-Scheme, Jaipur-302005 (Raj.)
Phone: 0141- 5103902 Fax: 0141-2228701
Web: http://risl.rajasthan.gov.in, Email: [email protected], [email protected]
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 2 of 65
TABLE OF CONTENTS
S.No. Chapter Page
Abbreviations & Definitions 3
1. Chapter-1: Invitation for Bids (IFB) and Notice Inviting Bids (NIB) 6
2. Chapter-2: Project Profile & Background Information 8
3. Chapter-3: Pre-qualification/ Eligibility Criteria 11
4. Chapter-4: Scope of Work, Deliverables and Timelines 13
5. Chapter-5: Instruction to Bidders (ITB) 16
6. Chapter-6: General Terms and Conditions of Tender & Contract 35
7. Chapter-7: Special Terms and Conditions of Tender & Contract 45
Annexures/ Bidding Forms
1. Items supplied and installed by SI at various locations 48
2. Pre-Bid Queries Format 52
3. Bidder‟s Authorisation Certificate 53
4. Self-Declaration 54
5. Certificate of conformity/ No deviation 55
6. Financial Bid Format (BoQ Format) 56
7. Bank Guarantee (BG) Formats –Performance Security (PBG) 58
8. Draft Agreement Format 60
9. Format for submission of Project references for Pre-qualifications experience 62
10. Memorandum of Appeal under the RTPP Act, 2012 63
11. Specifications of Workstations 64
12. Details of Hospitals in Udaipur and Jodhpur where hardware is installed 65
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 3 of 65
ABBREVIATIONS & DEFINITIONS
Act The Rajasthan Transparency in Public Procurement Act, 2012 (Act No. 21 of
2012) and Rules thereto
Authorised Signatory The bidder‟s representative/ officer vested (explicitly, implicitly, or through
conduct) with the powers to commit the authorizing organization to a binding
agreement. Also called signing officer/ authority having the Power of Attorney
(PoA) from the competent authority of the respective Bidding firm.
BG Bank Guarantee
Bid/ eBid A formal offer made in pursuance of an invitation by a procuring entity and
includes any tender, proposal or quotation in electronic format
Bid Security A security provided to the procuring entity by a bidder for securing the fulfilment
of any obligation in terms of the provisions of the bidding documents.
Bidder Any person/ firm/ agency/ company/ contractor/ supplier/ vendor participating in
the procurement/ bidding process with the procurement entity
Bidding Document
Documents issued by the procuring entity, including any amendments thereto,
that set out the terms and conditions of the given procurement and includes the
invitation to bid
BoM Bill of Material
CMC Contract Monitoring Committee
Competent Authority An authority or officer to whom the relevant administrative or financial powers
have been delegated for taking decision in a matter relating to procurement.
MD, RISL in this bidding document.
Contract/ Procurement
Contract
A contract entered into between the procuring entity and a successful bidder
concerning the subject matter of procurement
Contract/ Project
Period
The Contract/ Project Period shall commence from the date of issue of Work
order till the completion of 3 Years of Maintenance Services
COTS Commercial Off The Shelf Software
Day A calendar day as per GoR/ GoI.
DeitY, GoI Department of Electronics and Information Technology, Government of India
DoIT&C Department of Information Technology and Communications, Government of
Rajasthan.
eGRAS Online Government Receipts Accounting System (e-GRAS) is an e-Governance
Initiative of Government of Rajasthan under Mission Mode Project category and
is part of Integrated Financial Management System (IFMS). eGRAS facilitates
collection of tax/ non-tax revenue in both the modes: online as well as manual.
All types of government revenue may be deposited online using this website:
https://egras.raj.nic.in/
ETDC Electronic Testing & Development Center
FOR/ FOB Free on Board or Freight on Board
GoI/ GoR Govt. of India/ Govt. of Rajasthan
Goods All articles, material, commodities, electricity, livestock, furniture, fixtures, raw
material, spares, instruments, software, machinery, equipment, industrial plant,
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 4 of 65
vehicles, aircraft, ships, railway rolling stock and any other category of
goods, whether in solid, liquid or gaseous form, purchased or otherwise acquired
for the use of a procuring entity as well as services or works incidental to
the supply of the goods if the value of services or works or both does not
exceed that of the goods themselves
ICT Information and Communication Technology.
IFB
Invitation for Bids (A document published by the procuring entity inviting Bids
relating to the subject matter of procurement and any amendment thereto and
includes notice inviting Bid and request for proposal)
INR Indian Rupee
ISI Indian Standards Institution
ISO International Organisation for Standardisation
IT Information Technology
ITB Instruction to Bidders
LD Liquidated Damages
LoI Letter of Intent
NCB A bidding process in which qualified bidders only from within India are allowed to
participate
NeGP National e-Governance Plan of Government of India, Department of Information
Technology (DIT), Ministry of Communications and Information Technology
(MCIT), New Delhi.
NIB Notice Inviting Bid
Notification A notification published in the Official Gazette
OEM Original Equipment Manufacturer
PAN Permanent Account Number
PBG Performance Bank Guarantee
PC Procurement/ Purchase Committee
PQ Pre-Qualification
Procurement Process
The process of procurement extending from the issue of invitation to Bid till the
award of the procurement contract or cancellation of the procurement process,
as the case may be
Procurement/ Public
Procurement
The acquisition by purchase, lease, license or otherwise of works, goods or
services, including award of Public Private Partnership projects, by a procuring
entity whether directly or through an agency with which a contract for
procurement services is entered into, but does not include any acquisition
without consideration, and “procure” or “procured” shall be construed accordingly
Project Site Wherever applicable, means the designated place or places.
PSD/ SD Performance Security Deposit/ Security Deposit
Purchaser/ Tendering
Authority/ Procuring
Entity
Person or entity that is a recipient of a good or service provided by a seller
(bidder) under a purchase order or contract of sale. Also called buyer. RISL in
this RFP document.
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 5 of 65
RajSWAN/ RSWAN Rajasthan State Wide Area Network
RISL RajCOMP Info Services Limited
RSDC Rajasthan State Data Centre, New IT Building, Jaipur
RVAT Rajasthan Value Added Tax
Services
Any subject matter of procurement includes physical, maintenance, or any
service classified or declared as such by a procuring entity and does not include
appointment of any person made by any procuring entity
SLA
Service Level Agreement is a negotiated agreement between two parties
wherein one is the customer and the other is the service provider. It is a a
service contract where the level of service is formally defined. In practice, the
term SLA is sometimes used to refer to the contracted delivery time (of the
service) or performance.
SSDG State Services Delivery Gateway
State Government Government of Rajasthan (GoR)
State Public
Procurement Portal http://sppp.raj.nic.in
STQC Standardisation Testing and Quality Certification, Govt. of India
Subject Matter of
Procurement Any item of procurement whether in the form of goods, services or works
TIN Tax Identification Number
TPA Third Party Auditors
VAT/ CenVAT Value Added Tax/ Central VAT
WO/ PO Work Order/ Purchase Order
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 6 of 65
1. INVITATION FOR BID (IFB) & NOTICE INVITING BID (NIB)
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 7 of 65
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 8 of 65
2. PROJECT PROFILE & BACKGROUND INFORMATION
Project Profile
2.1. Arogya Online
A. Project Overview (Arogya Online) : Government of Rajasthan has taken the initiative to automate
the Hospitals in the state to improve the patient care. eHealth or „Arogya Online‟ is the electronic
management of health information to deliver safer, more efficient, better quality healthcare to the
citizens of the state. This landmark initiative is facilitating the transition of paper-based clinical
record keeping to electronic means for better information exchange. eHealth is a buzz word
comprising innovative methods and tools for more dynamic health systems, new technologies that
aim to improve disease prevention, facilitate patient safety and quality, provide more efficient
disease diagnosis and treatment, and increase health system coordination and use of resources.
Key benefits of „Arogya Online‟ system include:
Streamline workflow operations to improve hospital administration
Enhance the quality of patient care
Create a platform for information exchange
Streamline resource utilization and management across hospital departments
Single point solution for optimizing productivity and reducing manpower costs
End to end supply chain management within the system
Unique modular design structure of application to enhance operational flexibility
„Arogya Online‟ is designed to provide the highest level of flexibility and operational efficiency for a
hospital. The system performs complex tasks like investigation billing, bed management, admission
discharge and transfer procedures, pharmacy management and various other related activities.
B. Implementation of Arogya Online at SMS Hospital:. The software for the system has been
developed by CDAC and customized for SMSH, Jaipur over the past two years. Hardware, Software
and LAN nodes have been set up across 5 buildings of the Hospital for operationalizing the first
phase of the HIMS which consisted of clinical modules. The integrated solution manages Hospitals
Central Lab, OPD, IPD, OT‟s, Drug Store and Blood Bank as well as the treatment modalities
offered by more than 44 clinical & non-clinical departments, 70+ wards with 2500+ beds. The
system also manages an avg. of 6500-7000 no. OPD patients on daily basis and approx. 15000
daily investigations with errorless reporting mechanism. The system also handles all the cash flow
(i.e. cash collected at all the counters) across the hospital.
C. Replication of the Project at RNT Medical College Udaipur and Dr. SN Medical College
Jodhpur (as per Budget Announcement):
“Arogya Online‟ is to be customized and replicated across all Medical Colleges & Attached
Hospitals as per announcement made by Hon‟ble Chief Minister in his Budget Speech 2009-10
(point no. 170).
The Replication MoU‟s for Dr. SN Medical College, Jodhpur and RNT Medical College, Udaipur
were signed on 20-Sep-2011
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 9 of 65
To implement the project, a system integrator was engaged, who had supplied and installed IT
Infrastructure at Dr. SN Medical College, Jodhpur and its attached hospitals and RNT Medical
College, Udaipur and its attached hospitals in the month of Feb 2013.
Under this project, it has been envisaged to engage a qualified system integrator to provide
comprehensive maintenance of IT infrastructure already supplied by the previous System Integrator.
Local Area Network including set up of data center has already been done both RNT Medical
College Udaipur and Dr. SNMC Jodhpur. Details on the hardware supplied and Local Area Network
established at the RNT Medical College Udaipur and Dr. SN Medical College Jodhpur is given at
Annexure-1
D. Brief Technical solution of Arogya Online
Arogya Online Application to be used at RNT Medical College and its attached hospitals and Dr. SN
Medical College and its Hospitals is deployed at RSDC. Network Application deployment architecture at
RSDC is as under:
Logical Network deployment of Arogya Online system is given as under
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 10 of 65
2.2. KGBV
Kasturba Ghandi Balika Vidyalaya (KGBV) scheme is under the Rajasthan Council of Elementary
Education for the girls studying in Upper Primary classes 6th to 8th. The objective of KGBV is to
ensure access and quality education to the girls of disadvantaged groups of society by setting up
residential schools (i.e. with boarding facilities. Therefore, these residential schools have been set
up only in those backward blocks that do not have residential schools for elementary education of
girls under any other scheme of Ministry of Social Justice & Empowerment and Ministry of Tribal
Affairs. There are 186 Educationally Backward Blocks in Rajasthan. In these 186 blocks, 200
KGBV‟s are functional.
With an aim to impart computer education to the Girl Child of KGBVs, the project „Infrastructure
Creation in 20 KGBVs‟ was approved and funded by DeitY, GoI for implementation by RajCOMP
Info Services Ltd.
Main objective of the project are:
• To achieve computer literacy
• Use computer as a teaching/learning aid to empower our education system.
• To impart formal education through Information communication technology.
• To bridge gender gap in the digital divide, and to cover more possible school under the
project.
2.2.1. Implementation of the project:
To implement the project, a system integrator was engaged, who had supplied and installed IT
Infrastructure at all the 20 KGBV‟s in the month of Jan‟ 2012. Details of the items supplied and
installed at KGBV are given in Annexure-1 of the RFP document.
Under this project, it has been envisaged to engage a qualified system integrator to provide
comprehensive maintenance for a period of 1 year over the IT infrastructure already supplied by the
previous System Integrator at the 20 KGBV‟s.
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 11 of 65
3. PRE-QUALIFICATION/ ELIGIBILITY CRITERIA
1) A bidder participating in the procurement process shall possess the following minimum pre-qualification/
eligibility criteria.
S.
No.
Basic
Requirement
Specific Requirements Documents Required
1. Legal Entity The bidder should be a Proprietorship firm duly
registered either under the Rajasthan Shops &
Commercial Establishments Act, 1958 or any
other Act of State/ Union, as applicable for dealing
in the subject matter of procurement
(Note: A self-certified declaration regarding the
non-applicability of registration to any Act should
be submitted by the bidder)
OR
A company registered under Indian Companies
Act, 1956
OR
A partnership firm registered under Indian
Partnership Act, 1932.
- Copy of valid
Registration
Certificates
- Copy of Certificates
of incorporation
2. Financial:
Turnover
from IT/ ITeS
Annual Turnover of the bidder from IT/ ITeS during
each of the last three financial years, i.e., from
2009-10 to 2011- 2012 (as per the last published
audited balance sheets), should be at least Rs.
1.80 Crores
CA Certificate with
CA‟s Registration
Number/ Seal
3. Financial: Net
Worth
The net worth of the bidder, as on 31st March
2012, should be Positive.
CA Certificate with
CA‟s Registration
Number/ Seal
4. Technical
Capability
The bidder must have successfully completed at
least One project of similar nature not less than
the amount equal to Rs. 45 lakhs during the last
four years i.e. from 1st March 09 to 30
th June 2013
Or The bidder must have successfully completed
at least Two projects of similar nature, such that
the total value of the projects is equal to Rs. 50
lakhs
“Similar nature” above refers to hardware and / or
Local Area Network maintenance
Annexure-9 per project
reference
And
Work Completion
Certificates from the
client; OR
Work Order + Self
Certificate of
Completion (Certified
by the Statutory
Auditor); OR
Work Order + Part
Completion certificate
from the client, in
which case only the
value of the completed
work shall be
considered for purpose
of this eligibility
criterion
Certificate from the
clients should clearly
mention Project Scope
of Work, Components
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 12 of 65
S.
No.
Basic
Requirement
Specific Requirements Documents Required
name, total Project
Cost/value of the work
completed and project
period.
5. Tax
registration
and
clearance
The bidder should have a registered number of
i. VAT/ CST where his business is located
ii. Service Tax
iii. Income Tax / Pan number.
The bidder should have cleared his VAT/ CST
dues up to 31st December to the Government.
Copies of relevant
certificates of
registration
VAT/ CST clearance
certificate from the
Commercial Taxes
Officer of the Circle
concerned
6. Mandatory
Undertaking
Bidder should: -
a) not be insolvent, in receivership, bankrupt or
being wound up, not have its affairs
administered by a court or a judicial officer,
not have its business activities suspended and
must not be the subject of legal proceedings
for any of the foregoing reasons;
b) not have, and their directors and officers not
have, been convicted of any criminal offence
related to their professional conduct or the
making of false statements or
misrepresentations as to their qualifications to
enter into a procurement contract within a
period of three years preceding the
commencement of the procurement process,
or not have been otherwise disqualified
pursuant to debarment proceedings;
c) not have a conflict of interest in the
procurement in question as specified in the
bidding document.
d) comply with the code of integrity as specified
in the bidding document.
A Self Certified letter
as per Annexure-4:
Self-Declaration
2) In addition to the provisions regarding the qualifications of the bidders as set out in (1) above: -
a. the procuring entity shall disqualify a bidder as per the provisions under “Clause: Exclusion/
Disqualification of bids in Chapter-5: ITB”; and
b. the procuring entity may require a bidder, who was pre-qualified, to demonstrate its qualifications
again in accordance with the same criteria used to pre-qualify such bidder. The procuring entity
shall disqualify any bidder that fails to demonstrate its qualifications again, if requested to do so.
The procuring entity shall promptly notify each bidder requested to demonstrate its qualifications
again as to whether or not the bidder has done so to the satisfaction of the procuring entity.
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 13 of 65
4. SCOPE OF WORK, DELIVERABLES & TIMELINES
Broadly speaking, Scope of Work includes onsite comprehensive maintenance of IT Infrastructure supplied
by the previous system integrator in RNT Medical College, Dr. SN Medical College Jodhpur & there
attached hospitals and 20 KGBV‟s for the IT infrastructure supplied in these projects. Details of IT
Infrastructure supplied under different projects is given in Annexure 1 of the RFP document. Bidder should
not assume that any of the supplied IT infrastructures is under warranty. Detailed scope of work is given in
Section 4.1 below.
4.1. Detailed Scope of Work
a. The Selected Bidder shall provide onsite comprehensive Maintenance Services (MSS) for
i. 3 years, for the IT infrastructure, as given in Annexure-1, at RNT Medical College & its
attached hospital at Udaipur and Dr. SN Medical College Jodhpur & its attached
hospitals at Jodhpur
ii. 1 year for the IT infrastructure as given in Annexure-1, at 20 KGBV‟s.
b. Onsite Comprehensive Maintenance Service includes
i. Repairing defective parts/components and replacing parts/components beyond repair
with parts/components of same or better specifications ensuring compatibility. In case of
any part/ component is being replaced by the selected bidder, ownership of the
replaced part/ component shall be with the purchaser.
ii. Providing suitable standby for parts/components with same or better specifications till
the time the original part/component if repaired or replaced so that daily business is not
affected (It is advisable that the selected bidder keeps adequate spares of different
equipments under Maintenance to meet the SLA given in the document)
iii. Troubleshooting problems related to the entire IT Infrastructure /
equipments/Network/Services and rectification of the same
iv. Resolving the complaints registered through Service desk solution / telephone within
the service level as specified in the RFP document and after rectifying the said
complaints, updates the resolution/call-closure date and time on the service desk
solution. Service desk solution is available on the Arogya Intranet and Onsite service
engineer shall be provided with adequate seating space and desktop on shared basis.
c. Onsite Comprehensive Maintenance Services also includes Providing Maintenance for all
passive components and includes screws, clamp, fasteners, ties anchors, supports, ground
strips, wires, gears, spares, power-cables and Network cables, which may not have been
mentioned in Annexure-1.
d. Maintenance services for Batteries of UPS, Batteries of Laptop and Adaptors of Laptop and
DMP printer head is included and bidder is advised to quote accordingly
e. Onsite Comprehensive Maintenance Services pertaining to Cabling and OFC also includes:
Re-fixing/shifting of cables/OFC when ever switches and racks are shifted or
otherwise.
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 14 of 65
Removing and laying of UTP cable and I/Os with casing, etc in case renovation
activity is undertaken in any building covered under the project.
Replacement/repair of OFC/UTP/Power cables & connectors/ ports/ equipment
on entire laying route.
f. Additionally, as a part of maintenance service bidder is also required to do following pending
activities in the hospitals
i. Marking of fiber route in all the hospitals
ii. Central Switch and NMS configuration is pending in all the server rooms
iii. Installation of workstation is the server rooms of hospitals.
g. The selected bidder is required to depute for three years a minimum of two full time dedicated
resident service engineers at Dr. SN Medical College Jodhpur & its attached hospitals and 1 full
time dedicated resident service engineer at RNT Medical College Udaipur for providing onsite
maintenance services considering the criticality of on time medical services and the large
amount of IT Infrastructure installed at the Medical Colleges and its attached hospitals. Service
engineers shall either themselves or through other engineers trouble shoot, manage, replace
and repair the IT infrastructure. Service engineers shall be available in the hospitals during
Hospital Working Hours (8:00 AM to 5:00 PM, 6 days a week i.e. Monday to Saturday except on
holidays declared by government of Rajasthan. Service Engineers may however be asked to
resolve any complaint during non working hours in case of any emergency/ exigency)
4.2. Roles and Responsibilities
4.2.1. Responsibilities of the RISL
i. Provide Project Management Services and technical support to hospital and user department.
ii. Conduct Project implementation and review meetings for monitoring the project
iii. To Verify & Approve payments for Selected bidder/ System Integrator
iv. Track, mitigate the issues and risks in the project
v. In consultation with CDAC, Medical Colleges and attached hospitals, review and approve project
deliverables as given in the RFP.
vi. Ensure overall coordination between CDAC, Medical College Bikaner and attached Hospitals and
System Integrator
4.2.2. Responsibilities of the Medical Colleges and its attached hospitals-
i. Provide selected bidder/ system integrator access to the hospital premises
ii. Conduct periodic meetings with the System Integrator and monitor the progress of the project
iii. Highlight/ Escalate the issues/ risks in the project and resolve and mitigate the issues/ risks
iv. Review and approve project deliverables as given in the RFP.
4.2.3. Responsibilities of the KGBV’s-
i. Provide selected bidder/ system integrator access to the its premises
ii. Conduct periodic meetings with the System Integrator and monitor the progress of the project
iii. Highlight/ Escalate the issues/ risks in the project and resolve and mitigate the issues/ risks
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 15 of 65
iv. Review and approve project deliverables as given in the RFP.
4.3. Project Deliverables, Milestones & Time Schedule:
i. Certain key deliverables are identified for each of the parts/ stages, which are mentioned
below, selected bidder, shall submit below mentioned deliverables timely to the hospital/
purchaser to ensure the timely and smooth execution of project.
ii. Bidder should take approval of templates of all the deliverables from RISL before submission of
deliverable to purchaser.
Srl Reference to Scope of
work
Deliverable Timelines
1 Successful completion of
all the activities as
specified in section 4.1
of Chapter 4, titled
“Scope of Work,
Deliverables &
Timelines”
Quarterly satisfactory performance reports
Quarterly report containing details on total
number of calls logged, resolved, pending
and corresponding resolution time
Within 30 days of
passing of each
quarter starting from
the date of
commissioning
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 16 of 65
5. INSTRUCTION TO BIDDERS (ITB)
1) Sale of Bidding/ Tender Documents
a) The sale of bidding documents shall be commenced from the date of publication of Notice Inviting
Bids (NIB) and shall be stopped one day prior to the date of opening of Bid. The complete bidding
document shall also be placed on the State Public Procurement Portal and e-Procurement portal.
The prospective bidders shall be permitted to download the bidding document from the websites
and pay its price while submitting the Bid to the procuring entity.
b) The bidding documents shall be made available to any prospective bidder who pays the price for it
in cash or by bank demand draft, banker's cheque.
c) Bidding documents purchased by Principal of any concern may be used by its authorised sole
selling agents/ marketing agents/ distributors/ sub-distributors and authorised dealers or vice versa.
2) Pre-bid Meeting/ Clarifications
a) Any prospective bidder may, in writing, seek clarifications from the procuring entity in respect of the
bidding documents.
b) A pre-bid conference is also scheduled by the procuring entity as per the details mentioned in the
NIB and to clarify doubts of potential bidders in respect of the procurement and the records of such
conference shall be intimated to all bidders and where applicable, shall be published on the
respective websites.
c) The period within which the bidders may seek clarifications under (a) above and the period within
which the procuring entity shall respond to such requests for clarifications shall be as under: -
a. Last date of submitting clarifications requests by the bidder: as per NIB
b. Response to clarifications by procuring entity: as per NIB
d) The minutes and response, if any, shall be provided promptly to all bidders to which the procuring
entity provided the bidding documents, so as to enable those bidders to take minutes into account in
preparing their bids, and shall be published on the respective websites.
3) Changes in the Bidding Document
a) At any time, prior to the deadline for submission of Bids, the procuring entity may for any reason,
whether on its own initiative or as a result of a request for clarification by a bidder, modify the
bidding documents by issuing an addendum in accordance with the provisions below.
b) In case, any modification is made to the bidding document or any clarification is issued which
materially affects the terms contained in the bidding document, the procuring entity shall publish
such modification or clarification in the same manner as the publication of the initial bidding
document.
c) In case, a clarification or modification is issued to the bidding document, the procuring entity may,
prior to the last date for submission of Bids, extend such time limit in order to allow the bidders
sufficient time to take into account the clarification or modification, as the case may be, while
submitting their Bids.
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 17 of 65
d) Any bidder, who has submitted his Bid in response to the original invitation, shall have the
opportunity to modify or re-submit it, as the case may be, within the period of time originally allotted
or such extended time as may be allowed for submission of Bids, when changes are made to the
bidding document by the procuring entity:
Provided that the Bid last submitted or the Bid as modified by the bidder shall be considered for
evaluation.
4) Period of Validity of Bids
a) Bids submitted by the bidders shall remain valid during the period specified in the NIB/ bidding
document. A Bid valid for a shorter period shall be rejected by the procuring entity as non-
responsive Bid.
b) Prior to the expiry of the period of validity of Bids, the procuring entity, in exceptional circumstances,
may request the bidders to extend the bid validity period for an additional specified period of
time. A bidder may refuse the request and such refusal shall be treated as withdrawal of Bid and in
such circumstances bid security shall not be forfeited.
c) Bidders that agree to an extension of the period of validity of their Bids shall extend or get extended
the period of validity of bid securities submitted by them or submit new bid securities to cover the
extended period of validity of their bids. A bidder whose bid security is not extended, or that has not
submitted a new bid security, is considered to have refused the request to extend the period of
validity of its Bid.
5) Format and Signing of Bids
a) Bidders must submit their bids online at e-Procurement portal i.e. http://eproc.rajasthan.gov.in.
b) All the documents uploaded should be digitally signed with the DSC of authorized signatory.
c) A Single stage- Two part/ cover system shall be followed for the Bid: -
a. Technical Bid, including fee details, eligibility & technical documents
b. Financial Bid
d) The technical bid shall consist of the following documents: -
S. No. Documents Type Document Format
Fee Details
1. Bidding document Fee (Tender Fee) Proof of submission (PDF)
2. RISL Processing Fee (e-Procurement) Instrument/ Proof of submission (PDF)
3. Bid Security Instrument/ Proof of submission (PDF)
Eligibility Documents
4. Bidder‟s Authorisation Certificate along with copy of PoA/ Board resolution stating that Auth. Signatory can sign the bid/ contract on behalf of the firm.
As per Annexure-3 (PDF)
5. All the documents mentioned in the “Eligibility Criteria”, in support of the eligibility
As per the format mentioned against the respective eligibility criteria clause (PDF)
Technical Documents
6. Certificate of Conformity/ No Deviation As per Annexure-5 (PDF)
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 18 of 65
e) Financial bid shall include the following documents: -
S. No. Documents Type Document Format
1. Financial Bid – Cover Letter On bidder‟s letter head duly signed by authorized signatory as per Annexure-6 (PDF)
2. Financial Bid – Format As per BoQ (.XLS) format available on e-Procurement portal
f) The bidder should ensure that all the required documents, as mentioned in this bidding document,
are submitted along with the Bid and in the prescribed format only. Non-submission of the required
documents or submission of the documents in a different format/ contents may lead to the rejections
of the Bid submitted by the bidder.
g) Bidder must quote for all the projects i.e. (RNT Medical College Udaipur and Dr. SN MC
Jodhpur and 20 KGBV’s). In case a bidder does not quote for any of the project the bid shall
be summarily rejected and financial bid shall not be opened.
6) Cost & Language of Bidding
a) The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the
procuring entity shall not be responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.
b) The Bid, as well as all correspondence and documents relating to the Bid exchanged by the Bidder
and the procuring entity, shall be written only in English Language. Supporting documents and
printed literature that are part of the Bid may be in another language provided they are accompanied
by an accurate translation of the relevant passages in English/ Hindi language, in which case, for
purposes of interpretation of the Bid, such translation shall govern.
7) Alternative/ Multiple Bids
Alternative/ Multiple Bids shall not be considered at all.
8) Bid Security
Every bidder, if not exempted, participating in the procurement process will be required to furnish the bid
security as specified in the NIB.
a) In lieu of bid security, a bid securing declaration shall be taken from Departments of the State
Government, Undertakings, Corporations, Autonomous bodies, Registered Societies and
Cooperative Societies which are owned or controlled or managed by the State Government and
Government Undertakings of the Central Government.
b) Bid security instrument or cash receipt of bid security or a bid securing declaration shall necessarily
accompany the technical bid.
c) Bid security of a bidder lying with the procuring entity in respect of other bids awaiting decision shall
not be adjusted towards bid security for the fresh bids. The bid security originally deposited may,
however, be taken into consideration in case bids are re-invited.
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 19 of 65
d) The bid security may be given in the form of a banker‟s cheque or demand draft, of a scheduled
bank or deposited through eGRAS. The bid security must remain valid thirty days beyond the
original or extended validity period of the bid.
e) The issuer of the bid security and the confirmer, if any, of the bid security, as well as the form and
terms of the bid security, must be acceptable to the procuring entity.
f) Prior to presenting a submission, a bidder may request the procuring entity to confirm the
acceptability of proposed issuer of a bid security or of a proposed confirmer, if required. The
procuring entity shall respond promptly to such a request.
g) The bid security of unsuccessful bidders shall be refunded soon after final acceptance of successful
bid and signing of Agreement and submitting performance security.
h) The Bid security taken from a bidder shall be forfeited, including the interest, if any, in the following
cases, namely: -
a. when the bidder withdraws or modifies its bid after opening of bids;
b. when the bidder does not execute the agreement, if any, after placement of supply/ work order
within the specified period;
c. when the bidder fails to commence the supply of the goods or service or execute work as per
supply/ work order within the time specified;
d. when the bidder does not deposit the performance security within specified period after the
supply/ work order is placed; and
e. if the bidder breaches any provision of code of integrity, prescribed for bidders, specified in the
bidding document.
i) Notice will be given to the bidder with reasonable time before bid security deposited is forfeited.
j) No interest shall be payable on the bid security.
k) In case of the successful bidder, the amount of bid security may be adjusted in arriving at the
amount of the Performance Security, or refunded if the successful bidder furnishes the full amount
of performance security.
l) The procuring entity shall promptly return the bid security after the earliest of the following events,
namely:-
a. the expiry of validity of bid security;
b. the execution of agreement for procurement and performance security is furnished by the
successful bidder;
c. the cancellation of the procurement process; or
d. the withdrawal of bid prior to the deadline for presenting bids, unless the bidding documents
stipulate that no such withdrawal is permitted.
9) Deadline for the submission of Bids
a) Bids shall be received online at e-Procurement portal and up to the time and date specified in the
NIB.
b) Normally, the date of submission and opening of Bids would not be extended. In exceptional
circumstances or when the bidding document are required to be substantially modified as a result of
discussions in pre-bid meeting/ conference or otherwise and the time with the prospective bidders
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 20 of 65
for preparation of Bids appears insufficient, the date may be extended by the procuring entity. In
such case the publicity of extended time and date shall be given in the manner, as was given at the
time of issuing the original NIB and shall also be placed on the State Public Procurement Portal, if
applicable. It would be ensured that after issue of corrigendum, reasonable time is available to the
bidders for preparation and submission of their Bids. The procuring entity shall also publish such
modifications in the bidding document in the same manner as the publication of initial bidding
document. If, in the office of the Bids receiving and opening authority, the last date of submission or
opening of Bids is a non-working day, the Bids shall be received or opened on the next working day.
10) Withdrawal, Substitution, and Modification of Bids
a) If permitted on e-Procurement portal, a Bidder may withdraw its Bid or re-submit its Bid (technical
and/ or financial cover) as per the instructions/ procedure mentioned at e-Procurement website
under the section "Bidder's Manual Kit".
b) Bids withdrawn shall not be opened and processes further.
11) Opening of Bids
a) The Bids shall be opened by the bid opening & evaluation committee on the date and time
mentioned in the NIB in the presence of the bidders or their authorised representatives who choose
to be present.
b) The committee may co-opt experienced persons in the committee to conduct the process of Bid
opening.
c) The committee shall prepare a list of the bidders or their representatives attending the opening of
Bids and obtain their signatures on the same. The list shall also contain the representative‟s name
and telephone number and corresponding bidders‟ names and addresses. The authority letters, if
any, brought by the representatives shall be attached to the list. The list shall be signed by all the
members of Bid opening committee with date and time of opening of the Bids.
d) All the documents comprising of technical Bid/ cover shall be opened & downloaded from the e-
Procurement website (only for the bidders who have submitted the prescribed fee(s) to RISL).
e) The committee shall conduct a preliminary scrutiny of the opened technical Bids to assess the
prima-facie responsiveness and ensure that the: -
a. bid is accompanied by bidding document fee, bid security or bid securing declaration, and
processing fee (if applicable);
b. bid is valid for the period, specified in the bidding document;
c. bid is unconditional and the bidder has agreed to give the required performance security; and
d. other conditions, as specified in the bidding document are fulfilled.
e. any other information which the committee may consider appropriate.
f) No Bid shall be rejected at the time of Bid opening except the Bids not accompanied with the proof
of payment or instrument of the required price of bidding document, processing fee and bid security.
g) The Financial Bid cover shall be kept unopened and shall be opened later on the date and time
intimated to the bidders who qualify in the evaluation of technical Bids.
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 21 of 65
12) Selection Method:
The selection method is Least Cost Based Selection (LCBS or L1) for all the three projects combined.
13) Clarification of Bids
a) To assist in the examination, evaluation, comparison and qualification of the Bids, the bid evaluation
committee may, at its discretion, ask any bidder for a clarification regarding its Bid. The committee's
request for clarification and the response of the bidder shall be through the e-Procurement portal.
b) Any clarification submitted by a bidder with regard to its Bid that is not in response to a request by
the committee shall not be considered.
c) No change in the prices or substance of the Bid shall be sought, offered, or permitted, except to
confirm the correction of arithmetic errors discovered by the committee in the evaluation of the
financial Bids.
d) No substantive change to qualification information or to a submission, including changes aimed at
making an unqualified bidder, qualified or an unresponsive submission, responsive shall be sought,
offered or permitted.
14) Evaluation & Tabulation of Technical Bids
a) Determination of Responsiveness
a. The bid evaluation committee shall determine the responsiveness of a Bid on the basis of
bidding document and the provisions of pre-qualification/ eligibility criteria of the bidding
document.
b. A responsive Bid is one that meets the requirements of the bidding document without any
material deviation, reservation, or omission where: -
i. “deviation” is a departure from the requirements specified in the bidding document;
ii. “reservation” is the setting of limiting conditions or withholding from complete acceptance
of the requirements specified in the bidding document; and
iii. “Omission” is the failure to submit part or all of the information or documentation required in
the bidding document.
c. A material deviation, reservation, or omission is one that,
i. if accepted, shall:-
1. affect in any substantial way the scope, quality, or performance of the subject matter of
procurement specified in the bidding documents; or
2. limits in any substantial way, inconsistent with the bidding documents, the procuring
entity‟s rights or the bidder‟s obligations under the proposed contract; or
ii. if rectified, shall unfairly affect the competitive position of other bidders presenting
responsive Bids.
d. The bid evaluation committee shall examine the technical aspects of the Bid in particular, to
confirm that all requirements of bidding document have been met without any material deviation,
reservation or omission.
e. The procuring entity shall regard a Bid as responsive if it conforms to all requirements set out in
the bidding document, or it contains minor deviations that do not materially alter or depart from
the characteristics, terms, conditions and other requirements set out in the bidding document, or
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 22 of 65
if it contains errors or oversights that can be corrected without touching on the substance of the
Bid.
b) Non-material Non-conformities in Bids
a. The bid evaluation committee may waive any non-conformities in the Bid that do not constitute
a material deviation, reservation or omission, the Bid shall be deemed to be substantially
responsive.
b. The bid evaluation committee may request the bidder to submit the necessary information or
document like audited statement of accounts/ CA Certificate, Registration Certificate, VAT/ CST
clearance certificate, ISO/ CMMi Certificates, etc. within a reasonable period of time. Failure of
the bidder to comply with the request may result in the rejection of its Bid.
c. The bid evaluation committee may rectify non-material nonconformities or omissions on the
basis of the information or documentation received from the bidder under (b) above.
c) Technical Evaluation Criteria
Bids shall be evaluation based on the documents submitted as a part of technical bid. Technical bid
shall contain all the documents as asked in the clause “Format and Signing of Bids”
d) Tabulation of Technical Bids
a. If Technical Bids have been invited, they shall be tabulated by the bid evaluation committee in
the form of a comparative statement to evaluate the qualification of the bidders against the
criteria for qualification set out in the bidding document.
b. The members of bid evaluation committee shall give their recommendations below the table as
to which of the bidders have been found to be qualified in evaluation of Technical Bids and sign
it.
e) The number of firms qualified in technical evaluation, if less than three and it is considered
necessary by the procuring entity to continue with the procurement process, reasons shall be
recorded in writing and included in the record of the procurement proceedings.
f) The bidders who qualified in the technical evaluation shall be informed in writing about the date,
time and place of opening of their financial Bids.
15) Evaluation & Tabulation of Financial Bids
Subject to the provisions of “Acceptance of Successful Bid and Award of Contract” below, the procuring
entity shall take following actions for evaluation of financial Bids:-
a) For two part/ cover Bid system, the financial Bids of the bidders who qualified in technical evaluation
shall be opened online at the notified time, date and place by the bid evaluation committee in the
presence of the bidders or their representatives who choose to be present;
b) the process of opening of the financial Bids shall be similar to that of technical Bids.
c) the names of the bidders, the rates given by them and conditions put, if any, shall be read out and
recorded;
d) conditional Bids are liable to be rejected;
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 23 of 65
e) the evaluation shall include all costs and all taxes and duties applicable to the bidder as per law of
the Central/ State Government/ Local Authorities, and the evaluation criteria specified in the bidding
documents shall only be applied;
f) the offers shall be evaluated and marked L1, L2, L3 etc. L1 being the lowest offer and then others in
ascending order in case price is the only criteria, or evaluated and marked H1, H2, H3 etc. in
descending order.
g) the bid evaluation committee shall prepare a comparative statement in tabular form in accordance
with rules along with its report on evaluation of financial Bids and recommend the lowest offer for
acceptance to the procuring entity, if price is the only criterion, or most advantageous Bid in other
case;
h) The members of bids evaluation committee shall give their recommendations below the table
regarding lowest Bid or most advantageous Bid and sign it.
i) it shall be ensured that the offer recommended for sanction is justifiable looking to the prevailing
market rates of the goods, works or service required to be procured.
16) Correction of Arithmetic Errors in Financial Bids
The bid evaluation committee shall correct arithmetical errors in substantially responsive Bids, on the
following basis, namely: -
a) if there is a discrepancy between the unit price and the total price that is obtained by multiplying the
unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless in
the opinion of the bid evaluation committee there is an obvious misplacement of the decimal point
in the unit price, in which case the total price as quoted shall govern and the unit price shall be
corrected;
b) if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals
shall prevail and the total shall be corrected; and
c) if there is a discrepancy between words and figures, the amount in words shall prevail, unless the
amount expressed in words is related to an arithmetic error, in which case the amount in figures
shall prevail subject to clause (a) and (b) above.
17) Comparison of rates of firms outside and those in Rajasthan
While tabulating the financial Bids of those firms which are not entitled to price preference, the element
of Rajasthan Value Added Tax (RVAT) shall be excluded from the rates quoted by the firms of
Rajasthan and the element of Central Sales Tax (CST) shall be included in the rates of firms from
outside Rajasthan for financial bid evaluation purpose.
18) Price/ purchase preference in evaluation
Price and/ or purchase preference notified by the State Government (GoR) and as mentioned in the
bidding document shall be considered in the evaluation of Bids and award of contract.
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 24 of 65
19) Negotiations
a) Except in case of procurement by method of single source procurement or procurement by
competitive negotiations, to the extent possible, no negotiations shall be conducted after the pre-bid
stage. All clarifications needed to be sought shall be sought in the pre-bid stage itself.
b) Negotiations may, however, be undertaken only with the lowest or most advantageous bidder when
the rates are considered to be much higher than the prevailing market rates.
c) The bid evaluation committee shall have full powers to undertake negotiations. Detailed reasons
and results of negotiations shall be recorded in the proceedings.
d) The lowest or most advantageous bidder shall be informed in writing either through messenger or
by registered letter and e-mail (if available). A minimum time of seven days shall be given for calling
negotiations. In case of urgency the bid evaluation committee, after recording reasons, may reduce
the time, provided the lowest or most advantageous bidder has received the intimation and
consented to regarding holding of negotiations.
e) Negotiations shall not make the original offer made by the bidder inoperative. The bid evaluation
committee shall have option to consider the original offer in case the bidder decides to increase
rates originally quoted or imposes any new terms or conditions.
f) In case of non-satisfactory achievement of rates from lowest or most advantageous bidder, the bid
evaluation committee may choose to make a written counter offer to the lowest or most
advantageous bidder and if this is not accepted by him, the committee may decide to reject and re-
invite Bids or to make the same counter-offer first to the second lowest or most advantageous
bidder, then to the third lowest or most advantageous bidder and so on in the order of their initial
standing and work/ supply order be awarded to the bidder who accepts the counter-offer. This
procedure would be used in exceptional cases only.
g) In case the rates even after the negotiations are considered very high, fresh Bids shall be invited.
20) Exclusion of Bids/ Disqualification
a) A procuring entity shall exclude/ disqualify a Bid, if: -
a. the information submitted, concerning the qualifications of the bidder, was false or constituted a
misrepresentation; or
b. the information submitted, concerning the qualifications of the bidder, was materially inaccurate
or incomplete; and
c. the bidder is not qualified as per pre-qualification/ eligibility criteria mentioned in the bidding
document;
d. the Bid materially departs from the requirements specified in the bidding document or it contains
false information;
e. the bidder, submitting the Bid, his agent or any one acting on his behalf, gave or agreed to give,
to any officer or employee of the procuring entity or other governmental authority a gratification
in any form, or any other thing of value, so as to unduly influence the procurement process;
f. a bidder, in the opinion of the procuring entity, has a conflict of interest materially affecting fair
competition.
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 25 of 65
b) A Bid shall be excluded/ disqualified as soon as the cause for its exclusion/ disqualification is
discovered.
c) Every decision of a procuring entity to exclude a Bid shall be for reasons to be recorded in writing
and shall be: -
a. communicated to the concerned bidder in writing;
b. published on the State Public Procurement Portal, if applicable.
21) Lack of competition
a) A situation may arise where, if after evaluation of Bids, the bid evaluation committee may end-up
with one responsive Bid only. In such situation, the bid evaluation committee would check as to
whether while floating the NIB all necessary requirements to encourage competition like standard
bid conditions, industry friendly specifications, wide publicity, sufficient time for formulation of Bids,
etc were fulfilled. If not, the NIB would be re-floated after rectifying deficiencies. The bid process
shall be considered valid even if there is one responsive Bid, provided that: -
a. the Bid is technically qualified;
b. the price quoted by the bidder is assessed to be reasonable;
c. the Bid is unconditional and complete in all respects;
d. there are no obvious indicators of cartelization amongst bidders; and
e. the bidder is qualified as per the provisions of pre-qualification/ eligibility criteria in the bidding
document
b) The bid evaluation committee shall prepare a justification note for approval by the next higher
authority of the procuring entity, with the concurrence of the accounts member.
c) In case of dissent by any member of bid evaluation committee, the next higher authority in
delegation of financial powers shall decide as to whether to sanction the single Bid or re-invite Bids
after recording reasons.
d) If a decision to re-invite the Bids is taken, market assessment shall be carried out for estimation of
market depth, eligibility criteria and cost estimate.
22) Acceptance of the successful Bid and award of contract
a) The procuring entity after considering the recommendations of the bid evaluation committee and the
conditions of Bid, if any, financial implications, trials, sample testing and test reports, etc., shall
accept or reject the successful Bid. If any member of the bid evaluation committee, has disagreed or
given its note of dissent, the matter shall be referred to the next higher authority, as per delegation
of financial powers, for decision.
b) Decision on Bids shall be taken within original validity period of Bids and time period allowed to
procuring entity for taking decision. If the decision is not taken within the original validity period or
time limit allowed for taking decision, the matter shall be referred to the next higher authority in
delegation of financial powers for decision.
c) Before award of the contract, the procuring entity shall ensure that the price of successful Bid is
reasonable and consistent with the required quality.
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 26 of 65
d) A Bid shall be treated as successful only after the competent authority has approved the
procurement in terms of that Bid.
e) The procuring entity shall award the contract to the bidder whose offer has been determined to be
the lowest or most advantageous in accordance with the evaluation criteria set out in the bidding
document and if the bidder has been determined to be qualified to perform the contract satisfactorily
on the basis of qualification criteria fixed for the bidders in the bidding document for the subject
matter of procurement.
f) Prior to the expiration of the period of bid validity, the procuring entity shall inform the successful
bidder, in writing, that its Bid has been accepted.
g) As soon as a Bid is accepted by the competent authority, its written intimation shall be sent to the
concerned bidder by registered post or email and asked to execute an agreement in the format
given in the bidding documents on a non-judicial stamp of requisite value and deposit the amount of
performance security or a performance security declaration, if applicable, within a period specified
in the bidding documents or where the period is not specified in the bidding documents then within
fifteen days from the date on which the letter of acceptance or letter of intent is dispatched to the
bidder.
h) If the issuance of formal letter of acceptance is likely to take time, in the meanwhile a Letter of Intent
(LOI) may be sent to the bidder. The acceptance of an offer is complete as soon as the letter of
acceptance or letter of intent is posted and/ or sent by email (if available) to the address of the
bidder given in the bidding document. Until a formal contract is executed, the letter of acceptance or
LOI shall constitute a binding contract.
i) The bid security of the bidders who‟s Bids could not be accepted shall be refunded soon after the
contract with the successful bidder is signed and its performance security is obtained.
23) Information and publication of award
Information of award of contract shall be communicated to all participating bidders and published on the
respective website(s) as specified in NIB.
24) Procuring entity’s right to accept or reject any or all Bids
The Procuring entity reserves the right to accept or reject any Bid, and to annul (cancel) the bidding
process and reject all Bids at any time prior to award of contract, without thereby incurring any liability to
the bidders.
25) Right to vary quantity
a) At the time of award of contract, the quantity of goods, works or services originally specified in the
bidding documents may be increased, but such increase shall not exceed 20% of the quantity
specified in the bidding documents. It shall be without any change in the unit prices or other terms
and conditions of the Bid and the bidding documents.
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 27 of 65
b) If the procuring entity does not procure any subject matter of procurement or procures less than the
quantity specified in the bidding documents due to change in circumstances, the bidder shall
not be entitled for any claim or compensation.
c) Repeat orders for extra items or additional quantities may be placed on the rates and conditions
given in the contract. Delivery or completion period may also be proportionately increased. The
limits of repeat order shall be as under: -
a. 50% of the quantity of the individual items and 20% of the value of original contract in case of
works; and
b. 25% of the value of goods or services of the original contract.
26) Performance Security
a) Prior to execution of agreement, Performance security shall be solicited from all successful bidders
except the departments of the State Government and undertakings, corporations, autonomous
bodies, registered societies, co-operative societies which are owned or controlled or managed by
the State Government and undertakings of the Central Government. However, a performance
security declaration shall be taken from them. The State Government may relax the provision of
performance security in particular procurement or any class of procurement.
b) The amount of performance security shall be 5%, or as may be specified in the bidding document,
of the amount of supply order in case of procurement of goods and services. In case of Small Scale
Industries (SSI) of Rajasthan, it shall be 1% of the amount of quantity ordered for supply of goods
and in case of sick industries, other than SSI, whose cases are pending before the Board of
Industrial and Financial Reconstruction (BIFR), it shall be 2% of the amount of supply order.
c) Performance security shall be furnished in any one of the following forms: -
a. deposit though eGRAS;
b. Bank Draft or Banker's Cheque of a scheduled bank;
c. National Savings Certificates and any other script/ instrument under National
Savings Schemes for promotion of small savings issued by a Post Office in Rajasthan, if the
same can be pledged under the relevant rules. They shall be accepted at their surrender
value at the time of bid and formally transferred in the name of procuring entity with the
approval of Head Post Master;
d. Bank guarantee/s of a scheduled bank, in case the value of Performance Security becomes
more than ten lakhs.
e. Fixed Deposit Receipt (FDR) of a scheduled bank. It shall be in the name of procuring entity
on account of bidder and discharged by the bidder in advance. The procuring entity shall
ensure before accepting the FDR that the bidder furnishes an undertaking from the bank to
make payment/ premature payment of the FDR on demand to the procuring entity without
requirement of consent of the bidder concerned. In the event of forfeiture of the
performance security, the Fixed Deposit shall be forfeited along with interest earned on
such Fixed Deposit.
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 28 of 65
d) Performance security furnished in the form specified in clause [b.] to [e.] of (c) above shall remain
valid for a period of 60 days beyond the date of completion of all contractual obligations of the
bidder, including warranty obligations and maintenance and defect liability period.
e) Forfeiture of Security Deposit: Security amount in full or part may be forfeited, including interest, if
any, in the following cases:-
a. When any terms and condition of the contract is breached.
b. When the bidder fails to make complete supply satisfactorily.
c. if the bidder breaches any provision of code of integrity, prescribed for bidders, specified in
the bidding document.
f) Notice will be given to the bidder with reasonable time before PSD deposited is forfeited.
g) No interest shall be payable on the PSD.
27) Execution of agreement
a) A procurement contract shall come into force from the date on which the letter of acceptance or
letter of intent is despatched to the bidder.
b) The successful bidder shall sign the procurement contract within 15 days from the date on which the
letter of acceptance or letter of intent is despatched to the successful bidder.
c) If the bidder, who‟s Bid has been accepted, fails to sign a written procurement contract or fails to
furnish the required performance security within specified period, the procuring entity shall take
action against the successful bidder as per the provisions of the bidding document and Act. The
procuring entity may, in such case, cancel the procurement process or if it deems fit, offer for
acceptance the rates of lowest or most advantageous bidder to the next lowest or most
advantageous bidder.
d) The bidder will be required to execute the agreement on a non-judicial stamp of specified value at
its cost and to be purchase from anywhere in Rajasthan only.
28) Confidentiality
a) Notwithstanding anything contained in this bidding document but subject to the provisions of any
other law for the time being in force providing for disclosure of information, a procuring entity shall
not disclose any information if such disclosure, in its opinion, is likely to: -
a. impede enforcement of any law;
b. affect the security or strategic interests of India;
c. affect the intellectual property rights or legitimate commercial interests of bidders;
d. affect the legitimate commercial interests of the procuring entity in situations that may include
when the procurement relates to a project in which the procuring entity is to make a competitive
bid, or the intellectual property rights of the procuring entity.
b) The procuring entity shall treat all communications with bidders related to the procurement process
in such manner as to avoid their disclosure to competing bidders or to any other person not
authorised to have access to such information.
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 29 of 65
c) The procuring entity may impose on bidders and sub-contractors, if there are any for fulfilling the
terms of the procurement contract, conditions aimed at protecting information, the disclosure of
which violates (a) above.
d) In addition to the restrictions specified above, the procuring entity, while procuring a subject matter
of such nature which requires the procuring entity to maintain confidentiality, may impose condition
for protecting confidentiality of such information.
29) Cancellation of procurement process
a) If any procurement process has been cancelled, it shall not be reopened but it shall not prevent the
procuring entity from initiating a new procurement process for the same subject matter of
procurement, if required.
b) A procuring entity may, for reasons to be recorded in writing, cancel the process of procurement
initiated by it -
a. at any time prior to the acceptance of the successful Bid; or
b. after the successful Bid is accepted in accordance with (d) and (e) below.
c) The procuring entity shall not open any bids or proposals after taking a decision to cancel the
procurement and shall return such unopened bids or proposals.
d) The decision of the procuring entity to cancel the procurement and reasons for such decision shall
be immediately communicated to all bidders that participated in the procurement process.
e) If the bidder who‟s Bid has been accepted as successful fails to sign any written procurement
contract as required, or fails to provide any required security for the performance of the contract, the
procuring entity may cancel the procurement process.
f) If a bidder is convicted of any offence under the Act, the procuring entity may: -
a. cancel the relevant procurement process if the Bid of the convicted bidder has been declared as
successful but no procurement contract has been entered into;
b. rescind (cancel) the relevant contract or forfeit the payment of all or a part of the contract
value if the procurement contract has been entered into between the procuring entity and the
convicted bidder.
30) Code of Integrity for Bidders
a) No person participating in a procurement process shall act in contravention of the code of integrity
prescribed by the State Government.
b) The code of integrity include provisions for: -
a. Prohibiting
i. any offer, solicitation or acceptance of any bribe, reward or gift or any material benefit,
either directly or indirectly, in exchange for an unfair advantage in the procurement process
or to otherwise influence the procurement process;
ii. any omission, including a misrepresentation that misleads or attempts to mislead so as
to obtain a financial or other benefit or avoid an obligation;
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 30 of 65
iii. any collusion, bid rigging or anti-competitive behaviour to impair the transparency, fairness
and progress of the procurement process;
iv. improper use of information shared between the procuring entity and the bidders with an
intent to gain unfair advantage in the procurement process or for personal gain;
v. any financial or business transactions between the bidder and any officer or employee of
the procuring entity;
vi. any coercion including impairing or harming or threatening to do the same, directly or
indirectly, to any party or to its property to influence the procurement process;
vii. any obstruction of any investigation or audit of a procurement process;
b. disclosure of conflict of interest;
c. disclosure by the bidder of any previous transgressions with any entity in India or any other
country during the last three years or of any debarment by any other procuring entity.
c) Without prejudice to the provisions below, in case of any breach of the code of integrity by a bidder
or prospective bidder, as the case may be, the procuring entity may take appropriate measures
including: -
a. exclusion of the bidder from the procurement process;
b. calling-off of pre-contract negotiations and forfeiture or encashment of bid security;
c. forfeiture or encashment of any other security or bond relating to the procurement;
d. recovery of payments made by the procuring entity along with interest thereon at bank rate;
e. cancellation of the relevant contract and recovery of compensation for loss incurred by the
procuring entity;
f. debarment of the bidder from participation in future procurements of the procuring entity for a
period not exceeding three years.
31) Interference with Procurement Process
A bidder, who: -
a) withdraws from the procurement process after opening of financial bids;
b) withdraws from the procurement process after being declared the successful bidder;
c) fails to enter into procurement contract after being declared the successful bidder;
d) fails to provide performance security or any other document or security required in terms of the
bidding documents after being declared the successful bidder, without valid grounds,
shall, in addition to the recourse available in the bidding document or the contract, be
punished with fine which may extend to fifty lakh rupees or ten per cent of the assessed value of
procurement, whichever is less.
32) Appeals
a) Subject to “Appeal not to lie in certain cases” below, if any bidder or prospective bidder is
aggrieved that any decision, action or omission of the procuring entity is in contravention to
the provisions of the Act or the rules or guidelines issued thereunder, he may file an appeal to such
officer of the procuring entity, as may be designated by it for the purpose, within a period of 10 days
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 31 of 65
from the date of such decision or action, omission, as the case may be, clearly giving the specific
ground or grounds on which he feels aggrieved:
a. Provided that after the declaration of a bidder as successful in terms of “Award of Contract”, the
appeal may be filed only by a bidder who has participated in procurement proceedings:
b. Provided further that in case a procuring entity evaluates the technical Bid before the opening of
the financial Bid, an appeal related to the matter of financial Bid may be filed only by a bidder
whose technical Bid is found to be acceptable.
b) The officer to whom an appeal is filed under (a) above shall deal with the appeal as expeditiously as
possible and shall endeavour to dispose it of within 30 days from the date of filing of the appeal.
c) If the officer designated under (a) above fails to dispose of the appeal filed under that sub-section
within the period specified in (c) above, or if the bidder or prospective bidder or the procuring entity
is aggrieved by the order passed, the bidder or prospective bidder or the procuring entity, as the
case may be, may file a second appeal to an officer or authority designated by the State
Government in this behalf within 15 days from the expiry of the period specified in (c) above or of
the date of receipt of the order passed under (b) above, as the case may be.
d) The officer or authority to which an appeal is filed under (c) above shall deal with the appeal as
expeditiously as possible and shall endeavour to dispose it of within 30 days from the date of filing
of the appeal:
e) The officer or authority to which an appeal may be filed under (a) or (d) above shall be : First
Appellate Authority: Principal Secretary, IT&C, GoR
Second Appellate Authority: Principal Secretary, Finance Department, GoR
f) Form of Appeal:
a. Every appeal under (a) and (c) above shall be as per Annexure-10 along with as many
copies as there are respondents in the appeal.
b. Every appeal shall be accompanied by an order appealed against, if any, affidavit verifying
the facts stated in the appeal and proof of payment of fee.
c. Every appeal may be presented to First Appellate Authority or Second Appellate Authority,
as the case may be, in person or through registered post or authorised representative.
g) Fee for Appeal: Fee for filing appeal:
a. Fee for first appeal shall be rupees two thousand five hundred and for second appeal shall
be rupees ten thousand, which shall be non-refundable.
b. The fee shall be paid in the form of bank demand draft or banker‟s cheque of a Scheduled
Bank payable in the name of Appellate Authority concerned.
h) Procedure for disposal of appeal:
a. The First Appellate Authority or Second Appellate Authority, as the case may be, upon filing
of appeal, shall issue notice accompanied by copy of appeal, affidavit and documents, if
any, to the respondents and fix date of hearing.
b. On the date fixed for hearing, the First Appellate Authority or Second Appellate Authority, as
the case may be, shall,-
i. hear all the parties to appeal present before him; and
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 32 of 65
ii. peruse or inspect documents, relevant records or copies thereof relating to the
matter.
c. After hearing the parties, perusal or inspection of documents and relevant records or copies
thereof relating to the matter, the Appellate Authority concerned shall pass an order in
writing and provide the copy of order to the parties to appeal free of cost.
d. The order passed under (c) shall also be placed on the State Public Procurement Portal.
i) No information which would impair the protection of essential security interests of India, or impede
the enforcement of law or fair competition, or prejudice the legitimate commercial interests of the
bidder or the procuring entity, shall be disclosed in a proceeding under an appeal.
33) Stay of procurement proceedings
While hearing of an appeal, the officer or authority hearing the appeal may, on an application made in
this behalf and after affording a reasonable opportunity of hearing to the parties concerned, stay the
procurement proceedings pending disposal of the appeal, if he, or it, is satisfied that failure to do so is
likely to lead to miscarriage of justice.
34) Vexatious Appeals & Complaints
Whoever intentionally files any vexatious, frivolous or malicious appeal or complaint under the “The
Rajasthan Transparency Public Procurement Act 2012”, with the intention of delaying or defeating any
procurement or causing loss to any procuring entity or any other bidder, shall be punished with fine
which may extend to twenty lakh rupees or five per cent of the value of procurement, whichever is
less.
35) Offenses by Firms/ Companies
a) Where an offence under “The Rajasthan Transparency Public Procurement Act 2012” has been
committed by a company, every person who at the time the offence was committed was in charge
of and was responsible to the company for the conduct of the business of the company, as well as
the company, shall be deemed to be guilty of having committed the offence and shall be liable to
be proceeded against and punished accordingly:
Provided that nothing contained in this sub-section shall render any such person liable for any
punishment if he proves that the offence was committed without his knowledge or that he had
exercised all due diligence to prevent the commission of such offence.
b) Notwithstanding anything contained in (a) above, where an offence under this Act has been
committed by a company and it is proved that the offence has been committed with the consent or
connivance of or is attributable to any neglect on the part of any director, manager, secretary or
other officer of the company, such director, manager, secretary or other officer shall also be
deemed to be guilty of having committed such offence and shall be liable to be proceeded against
and punished accordingly.
c) For the purpose of this section-
a. "company" means a body corporate and includes a limited liability partnership, firm,
registered society or co- operative society, trust or other association of individuals; and
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 33 of 65
b. "director" in relation to a limited liability partnership or firm, means a partner in the firm.
d) Abetment of certain offenses: Whoever abets an offence punishable under this Act, whether or not
that offence is committed in consequence of that abetment, shall be punished with the punishment
provided for the offence.
36) Debarment from Bidding
a) A bidder shall be debarred by the State Government if he has been convicted of an offence
a. under the Prevention of Corruption Act, 1988 (Central Act No. 49 of 1988); or
b. under the Indian Penal Code, 1860 (Central Act No. 45 of 1860) or any other law for the
time being in force, for causing any loss of life or property or causing a threat to public
health as part of execution of a public procurement contract.
b) A bidder debarred under (a) above shall not be eligible to participate in a procurement process of
any procuring entity for a period not exceeding three years commencing from the date on which
he was debarred.
c) If a procuring entity finds that a bidder has breached the code of integrity prescribed in terms of
“Code of Integrity for bidders” above, it may debar the bidder for a period not exceeding three
years.
d) Where the entire bid security or the entire performance security or any substitute thereof, as the
case may be, of a bidder has been forfeited by a procuring entity in respect of any procurement
process or procurement contract, the bidder may be debarred from participating in any
procurement process undertaken by the procuring entity for a period not exceeding three years.
e) The State Government or a procuring entity, as the case may be, shall not debar a bidder under
this section unless such bidder has been given a reasonable opportunity of being heard.
37) Monitoring of Contract
a) An officer or a committee of officers named Contract Monitoring Committee (CMC) may be
nominated by procuring entity to monitor the progress of the contract during its delivery period.
b) During the delivery period the CMC shall keep a watch on the progress of the contract and shall
ensure that quantity of goods and service delivery is in proportion to the total delivery period
given, if it is a severable contract, in which the delivery of the goods and service is to be obtained
continuously or is batched. If the entire quantity of goods and service is to be delivered in the form
of completed work or entire contract like fabrication work, the process of completion of work may
be watched and inspections of the selected bidder‟s premises where the work is being completed
may be inspected.
c) If delay in delivery of goods and service is observed a performance notice would be given to the
selected bidder to speed up the delivery.
d) Any change in the constitution of the firm, etc. shall be notified forth with by the contractor in
writing to the procuring entity and such change shall not relieve any former member of the firm,
etc., from any liability under the contract.
e) No new partner/ partners shall be accepted in the firm by the selected bidder in respect of the
contract unless he/ they agree to abide by all its terms, conditions and deposits with the procuring
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 34 of 65
entity through a written agreement to this effect. The bidder‟s receipt for acknowledgement or that
of any partners subsequently accepted as above shall bind all of them and will be sufficient
discharge for any of the purpose of the contract.
f) The selected bidder shall not assign or sub-let his contract or any substantial part thereof to any
other agency without the permission of procuring entity.
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 35 of 65
6. GENERALTERMS AND CONDITIONS OF TENDER & CONTRACT
Bidders should read these conditions carefully and comply strictly while sending their bids.
Definitions
For the purpose of clarity, the following words and expressions shall have the meanings hereby assigned to
them: -
a) “Contract” means the Agreement entered into between the Purchaser and the successful/ selected
bidder, together with the Contract Documents referred to therein, including all attachments, appendices,
and all documents incorporated by reference therein.
b) “Contract Documents” means the documents listed in the Agreement, including any amendments
thereto.
c) “Contract Price” means the price payable to the successful/ selected bidder as specified in the
Agreement, subject to such additions and adjustments thereto or deductions there from, as may be
made pursuant to the Contract.
d) “Day” means a calendar day.
e) “Delivery” means the transfer of the Goods from the successful/ selected bidder to the Purchaser in
accordance with the terms and conditions set forth in the Contract.
f) “Completion” means the fulfilment of the related services by the successful/ selected bidder in
accordance with the terms and conditions set forth in the Contract.
g) “Goods” means all of the commodities, raw material, machinery and equipment, and/or other materials
that the successful/ selected bidder is required to supply to the Purchaser under the Contract.
h) “Purchaser” means the entity purchasing the Goods and related services, as specified in the bidding
document.
i) “Related Services” means the services incidental to the supply of the goods, such as insurance,
installation, training and initial maintenance and other similar obligations of the successful/ selected
bidder under the Contract.
j) “Services” means Comprehensive Onsite Maintenance Services as per the scope of work of this bidding
document.
k) “Subcontractor” means any natural person, private or government entity, or a combination of the above,
including its legal successors or permitted assigns, to whom any part of the Goods to be supplied or
execution of any part of the related services is subcontracted by the successful/ selected bidder.
l) “Supplier/ Successful or Selected bidder” means the person, private or government entity, or a
combination of the above, whose Bid to perform the Contract has been accepted by the Purchaser and
is named as such in the Agreement, and includes the legal successors or permitted assigns of the
successful/ selected bidder.
m) “The Site,” where applicable, means the designated project place(s) named in the bidding document.
Note: The bidder shall be deemed to have carefully examined the conditions, specifications, size, make and
drawings, etc., of the goods to be supplied and related services to be rendered. If the bidder has any doubts
as to the meaning of any portion of these conditions or of the specification, drawing, etc., he shall, before
submitting the Bid and signing the contract refer the same to the procuring entity and get clarifications.
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 36 of 65
1) Contract Documents
Subject to the order of precedence set forth in the Agreement, all documents forming the Contract (and
all parts thereof) are intended to be correlative, complementary, and mutually explanatory.
2) Interpretation
a) If the context so requires it, singular means plural and vice versa.
b) Entire Agreement: The Contract constitutes the entire agreement between the Purchaser and the
Supplier/ Selected bidder and supersedes all communications, negotiations and agreements
(whether written or oral) of parties with respect thereto made prior to the date of Contract.
c) Amendment: No amendment or other variation of the Contract shall be valid unless it is in writing, is
dated, expressly refers to the Contract, and is signed by a duly authorized representative of each
party thereto.
d) Non-waiver: Subject to the condition (f) below, no relaxation, forbearance, delay, or indulgence by
either party in enforcing any of the terms and conditions of the Contract or the granting of time by
either party to the other shall prejudice, affect, or restrict the rights of that party under the Contract,
neither shall any waiver by either party of any breach of Contract operate as waiver of any
subsequent or continuing breach of Contract.
e) Any waiver of a party‟s rights, powers, or remedies under the Contract must be in writing, dated, and
signed by an authorized representative of the party granting such waiver, and must specify the right
and the extent to which it is being waived.
f) Severability: If any provision or condition of the Contract is prohibited or rendered invalid or
unenforceable, such prohibition, invalidity or unenforceability shall not affect the validity or
enforceability of any other provisions and conditions of the Contract.
3) Language
a) The Contract as well as all correspondence and documents relating to the Contract exchanged by
the successful/ selected bidder and the Purchaser, shall be written in English language only.
Supporting documents and printed literature that are part of the Contract may be in another
language provided they are accompanied by an accurate translation of the relevant passages in the
language specified in the special conditions of the contract, in which case, for purposes of
interpretation of the Contract, this translation shall govern.
b) The successful/ selected bidder shall bear all costs of translation to the governing language and all
risks of the accuracy of such translation.
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 37 of 65
4) Notices
a) Any notice given by one party to the other pursuant to the Contract shall be in writing to the address
specified in the contract. The term “in writing” means communicated in written form with proof of
dispatch and receipt.
b) A Notice shall be effective when delivered or on the Notice‟s effective date, whichever is later.
5) Governing Law
The Contract shall be governed by and interpreted in accordance with the laws of the Rajasthan State/
the Country (India), unless otherwise specified in the contract.
6) Supplier’s/ Selected Bidder’s Responsibilities
The Supplier/ Selected Bidder shall provide comprehensive onsite maintenance service in accordance
with the provisions of bidding document and/ or contract.
7) Purchaser’s Responsibilities
a) Whenever the supply of services requires that the Supplier/ Selected Bidder obtain permits,
approvals, and import and other licenses from local public authorities, the Purchaser shall, if so
required by the Supplier/ Selected Bidder, make its best effort to assist the Supplier/ Selected
Bidder in complying with such requirements in a timely and expeditious manner.
b) The Purchaser shall pay all costs involved in the performance of its responsibilities, in accordance
with the general and special conditions of the contract.
8) Contract Price
a) The Contract Price shall be paid as specified in the contract subject to any additions and
adjustments thereto, or deductions there from, as may be made pursuant to the Contract.
b) Prices charged by the Supplier/ Selected Bidder for the Services performed under the Contract shall
not vary from the prices quoted by the Supplier/ Selected Bidder in its bid, with the exception of any
price adjustments authorized in the special conditions of the contract.
9) Recoveries from Supplier/ Selected Bidder
a) Recovery of liquidated damages and penalties shall be made ordinarily from bills.
b) The Purchase Officer shall withhold amount to the extent of liquidated damages and penalties. In
case of failure to withhold the amount, it shall be recovered from his dues and performance security
deposit available with RISL.
c) The balance, if any, shall be demanded from the Supplier/ Selected Bidder and when recovery is
not possible, the Purchase Officer shall take recourse to law in force.
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 38 of 65
10) Taxes & Duties
a) The TDS, Raj-VAT, Service Tax etc., if applicable, shall be deducted at source/ paid by RISL as per
prevailing rates.
b) If any tax exemptions, reductions, allowances or privileges may be available to the successful/
selected bidder in India, the Purchaser shall use its best efforts to enable the successful/ selected
bidder to benefit from any such tax savings to the maximum allowable extent.
11) Copyright
The copyright in all drawings, design documents, source code and other materials containing data and
information furnished to the Purchaser by the Supplier/ Selected Bidder herein shall remain vested in
the Purchaser, or, if they are furnished to the Purchaser directly or through the Supplier/ Selected Bidder
by any third party, including suppliers of materials, the copyright in such materials shall remain vested in
such third party.
12) Confidential Information
a) The Purchaser and the Supplier/ Selected Bidder shall keep confidential and shall not, without the
written consent of the other party hereto, divulge to any third party any drawings, documents, data,
or other information furnished directly or indirectly by the other party hereto in connection with the
Contract, whether such information has been furnished prior to, during or following completion or
termination of the Contract.
b) The Supplier/ Selected Bidder may furnish to its Subcontractor, if permitted, such documents, data,
and other information it receives from the Purchaser to the extent required for the Subcontractor to
perform its work under the Contract, in which event the Supplier/ Selected Bidder shall obtain from
such Subcontractor an undertaking of confidentiality similar to that imposed on the Supplier/
Selected Bidder.
c) The Purchaser shall not use such documents, data, and other information received from the
Supplier/ Selected Bidder for any purposes unrelated to the Contract. Similarly, the Supplier/
Selected Bidder shall not use such documents, data, and other information received from the
Purchaser for any purpose other than the design, procurement, or other work and services required
for the performance of the Contract.
d) The obligation of a party under sub-clauses above, however, shall not apply to information that: -
i. the Purchaser or Supplier/ Selected Bidder need to share with Medical Colleges and attached
hospitals or RISL or KGBV‟s or other institutions participating in the Contract;
ii. now or hereafter enters the public domain through no fault of that party;
iii. can be proven to have been possessed by that party at the time of disclosure and which was
not previously obtained, directly or indirectly, from the other party; or
iv. otherwise lawfully becomes available to that party from a third party that has no obligation of
confidentiality.
e) The above provisions shall not in any way modify any undertaking of confidentiality given by either
of the parties hereto prior to the date of the Contract in respect of the supply or any part thereof.
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 39 of 65
f) The provisions of this clause shall survive completion or termination, for whatever reason, of the
Contract.
13) Sub-contracting
a) The bidder shall not assign or sub-let his contract or any substantial part thereof to any other
agency without the permission of Purchaser/ Tendering Authority.
b) If permitted, the selected bidder shall notify the Purchaser, in writing, of all subcontracts awarded
under the Contract, if not already specified in the Bid. Subcontracting shall in no event relieve the
Supplier/ Selected Bidder from any of its obligations, duties, responsibilities, or liability under the
Contract.
c) Subcontractors, if permitted, shall comply with the provisions of bidding document and/ or contract.
14) Specifications and Standards
a) Services delivered shall strictly conform to the standards in the bidding document. Services shall be
of best quality and description. The decision of the competent authority/ purchase committee
whether the services provided conform to the standards shall be final and binding on the supplier/
selected bidder.
b) Wherever references are made in the Contract to codes and standards in accordance with which it
shall be executed, the edition or the revised version of such codes and standards shall be those
specified in the bidding document. During Contract execution, any changes in any such codes and
standards shall be applied only after approval by the Purchaser and shall be treated in accordance
with the general conditions of the contract.
15) Extension in Delivery Period and Liquidated Damages (LD)
a) Except as provided under clause “Force Majeure”, if the supplier/ selected bidder fails to perform the
Services within the period specified in the Contract, the Purchaser may without prejudice to all its
other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum
equivalent to the percentage specified in (d) below for each week or part thereof of delay until actual
delivery or performance, up to a maximum deduction of the percentage specified in the bidding
document and/ or contract. Once the maximum is reached, the Purchaser may terminate the
Contract pursuant to clause “Termination”.
b) The time specified for delivery in the bidding document shall be deemed to be the essence of the
contract and the supplier/ selected bidder shall arrange to perform the services within the specified
period.
c) Delivery period may be extended with or without liquidated damages, if the delay in the supply of
service is on account of hindrances beyond the control of the supplier/ selected bidder.
i. The supplier/ selected bidder shall request in writing to the Purchaser giving reasons for
extending the delivery period of service, if he finds himself unable to start the delivery of service
within the stipulated delivery period or is unable to maintain prorate progress in the service
delivery. This request shall be submitted as soon as a hindrance in delivery of service occurs or
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 40 of 65
within 15 days from such occurrence but before expiry of stipulated period of completion of
delivery of goods and service after which such request shall not be entertained.
ii. The Purchaser shall examine the justification of causes of hindrance in the delivery of service
and the period of delay occurred due to that and recommends the competent authority on the
period of extension which should be granted with or without liquidated damages.
iii. Normally, extension in delivery period of goods and service in following circumstances may be
considered without liquidated damages:
a. When delay has occurred due to delay in supply of drawings, designs, plans etc. if the
Medical College and attached hospitals or KGBV or RISL was required to supply them to
the supplier of service provider as per terms of the contract.
b. When delay has occurred in supply of materials etc. if these were required to be supplied to
the supplier or service provider by the RISL as per terms of the contract.
iv. If the competent authority agrees to extend the delivery period/ schedule, an amendment to the
contract with suitable denial clauses and with or without liquidated damages, as the case may
be, shall be issued. The amendment letter shall mention that no extra price or additional cost for
any reason, what so ever beyond the contracted cost shall be paid for the delayed supply of
goods and service.
v. It shall be at the discretion of the concerned authority to accept or not to accept the supply of
services rendered by the contractor after the expiry of the stipulated delivery period, if no formal
extension in delivery period has been applied and granted. The competent authority shall have
right to cancel the contract with respect to undelivered goods and/ or service.
vi. If Medical Colleges and attached hospitals or KGBV or RISL is in need of the service rendered
after expiry of the stipulated delivery period, it may accept the services and issue a letter of
extension in delivery period with usual liquidated damages and denial clauses to regularize the
transaction.
d) In case of extension in the delivery period is granted with full liquidated damages, the recovery shall
be made on the basis of following percentages of value of goods and/ or service which the supplier/
selected bidder has failed to supply/ complete : -
No. Condition LD %*
a. Delay up to one fourth period of the prescribed period of delivery of service 2.5 %
b. Delay exceeding one fourth but not exceeding half of the prescribed period of
delivery of service 5.0 %
c. Delay exceeding half but not exceeding three fourth of the prescribed period of
delivery of service 7.5 %
d. Delay exceeding three fourth of the prescribed period of delivery, successful
delivery of service 10.0 %
i. Fraction of a day in reckoning period of delay in supplies, successful installation and completion
of work shall be eliminated, if it is less than half a day.
ii. The maximum amount of liquidated damages shall be 10% of the contract value.
iii. *The percentage refers to the payment due for the associated service.
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 41 of 65
16) Patent Indemnity
a) The supplier/ selected bidder shall, subject to the Purchaser‟s compliance with sub-clause (b)
below, indemnify and hold harmless the Purchaser and its employees and officers from and against
any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs,
and expenses of any nature, including attorney‟s fees and expenses, which the Purchaser may
suffer as a result of any infringement or alleged infringement of any patent, utility model, registered
design, trademark, copyright, or other intellectual property right registered or otherwise existing at
the date of the Contract by reason of: -
i. the maintenance of the Goods by the selected bidder where the Site is located; and
b) If any proceedings are brought or any claim is made against the Purchaser arising out of the matters
referred to above, the Purchaser shall promptly give the supplier/ selected bidder a notice thereof,
and the supplier/ selected bidder may at its own expense and in the Purchaser‟s name conduct
such proceedings or claim and any negotiations for the settlement of any such proceedings or claim.
c) If the supplier/ selected bidder fails to notify the Purchaser within thirty (30) days after receipt of
such notice that it intends to conduct any such proceedings or claim, then the Purchaser shall be
free to conduct the same on its own behalf.
d) The Purchaser shall, at the supplier‟s/ selected bidder‟s request, afford all available assistance to
the supplier/ selected bidder in conducting such proceedings or claim, and shall be reimbursed by
the supplier/ selected bidder for all reasonable expenses incurred in so doing.
e) The Purchaser shall indemnify and hold harmless the supplier/ selected bidder and its employees,
officers, and Subcontractors (if any) from and against any and all suits, actions or administrative
proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including
attorney‟s fees and expenses, which the supplier/ selected bidder may suffer as a result of any
infringement or alleged infringement of any patent, utility model, registered design, trademark,
copyright, or other intellectual property right registered or otherwise existing at the date of the
Contract arising out of or in connection with any design, data, drawing, specification, or other
documents or materials provided or designed by or on behalf of the Purchaser.
17) Limitation of Liability
Except in cases of gross negligence or wilful misconduct: -
a) neither party shall be liable to the other party for any indirect or consequential loss or damage, loss
of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not
apply to any obligation of the supplier/ selected bidder to pay liquidated damages to the Purchaser;
and
b) the aggregate liability of the supplier/ selected bidder to the Purchaser, whether under the Contract,
in tort, or otherwise, shall not exceed the amount specified in the Contract, provided that this
limitation shall not apply to the cost of repairing or replacing defective equipment, or to any
obligation of the supplier/ selected bidder to indemnify the Purchaser with respect to patent
infringement.
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 42 of 65
18) Force Majeure
a) The supplier/ selected bidder shall not be liable for forfeiture of its PSD, LD, or termination for
default if and to the extent that it‟s delay in performance or other failure to perform its obligations
under the Contract is the result of an event of Force Majeure.
b) For purposes of this Clause, “Force Majeure” means an event or situation beyond the control of the
supplier/ selected bidder that is not foreseeable, is unavoidable, and its origin is not due to
negligence or lack of care on the part of the supplier/ selected bidder. Such events may include, but
not be limited to, acts of the Purchaser in its sovereign capacity, wars or revolutions, fires, floods,
epidemics, quarantine restrictions, and freight embargoes.
c) If a Force Majeure situation arises, the supplier/ selected bidder shall promptly notify the RISL in
writing of such conditions and cause thereof within 15 days of occurrence of such event. Unless
otherwise directed by RISL, the supplier/ selected bidder shall continue to perform its obligations
under the contract as far as reasonably practical
d) If the performance in whole or part or any obligation under the contract is prevented or delayed by
any reason of Force Majeure for a period exceeding 60 days, either party at its option may terminate
the contract without any financial repercussion on either side.
e) In case a Force Majeure situation occurs with the Medical Colleges and attached hospitals or
KGBV‟s or RISL, Medical Colleges and its attached hospitals, RISL may take the case with the
supplier/ selected bidder on similar lines.
19) Change Orders and Contract Amendments
a) The Purchaser may at any time order the supplier/ selected bidder through Notice in accordance
with clause “Notices” above, to make changes within the general scope of the Contract in any one
or more of the following: -
i. drawings, designs, or specifications, where Goods to be furnished under the Contract are to be
specifically manufactured for the Purchaser;
ii. services to be provided by the supplier/ selected bidder.
b) If any such change causes an increase or decrease in the cost of, or the time required for, the
supplier‟s/ selected bidder‟s performance of any provisions under the Contract, an equitable
adjustment shall be made in the Contract Price or in the Delivery and Completion Schedule, or both,
and the Contract shall accordingly should be amended. Any claims by the supplier/ selected bidder
for adjustment under this clause must be asserted within thirty (30) days from the date of the
supplier‟s/ selected bidder‟s receipt of the Purchaser‟s change order.
c) Prices to be charged by the supplier/ selected bidder for any related services that might be needed
but which were not included in the Contract shall be agreed upon in advance by the parties and
shall not exceed the prevailing rates charged to other parties by the supplier/ selected bidder for
similar services.
20) Termination
a) Termination for Default
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 43 of 65
i. The tender sanctioning authority of RISL may, without prejudice to any other remedy for breach
of contract, by a written notice of default of at least 30 days sent to the supplier/ selected bidder,
terminate the contract in whole or in part: -
a. If the supplier/ selected bidder fails to deliver the service within the time period specified in
the contract, or any extension thereof granted by RISL; or
b. If the supplier/ selected bidder fails to perform any other obligation under the contract within
the specified period of delivery of service or any extension granted thereof; or
c. If the supplier/ selected bidder, in the judgement of the Purchaser, is found to be engaged in
corrupt, fraudulent, collusive, or coercive practices in competing for or in executing the
contract.
d. If the supplier/ selected bidder commits breach of any condition of the contract.
ii. If RISL terminates the contract in whole or in part, amount of PSD may be forfeited.
iii. Before cancelling a contract and taking further action, advice of senior most finance person
available in the office and of legal adviser or legal assistant posted in the office, if there is one,
may be obtained.
b) Termination for Insolvency
RISL may at any time terminate the Contract by giving a written notice of at least 30 days to the
supplier/ selected bidder, if the supplier/ selected bidder becomes bankrupt or otherwise insolvent.
In such event, termination will be without compensation to the supplier/ selected bidder, provided
that such termination will not prejudice or affect any right of action or remedy that has accrued or will
accrue thereafter to RISL.
c) Termination for Convenience
i. RISL, by a written notice of at least 30 days sent to the supplier/ selected bidder, may terminate
the Contract, in whole or in part, at any time for its convenience. The Notice of termination shall
specify that termination is for the Purchaser‟s convenience, the extent to which performance of
the supplier/ selected bidder under the Contract is terminated, and the date upon which such
termination becomes effective.
ii. Depending on merits of the case the supplier/ selected bidder may be appropriately
compensated on mutually agreed terms for the loss incurred by the contract if any due to such
termination.
iii. The Goods that are complete and ready for shipment within twenty-eight (28) days after the
supplier‟s/ selected bidder‟s receipt of the Notice of termination shall be accepted by the
Purchaser at the Contract terms and prices. For the remaining Goods, the Purchaser may elect:
a. To have any portion completed and delivered at the Contract terms and prices; and/or
b. To cancel the remainder and pay to the supplier/ selected bidder an agreed amount for
partially completed Goods and Related Services and for materials and parts previously
procured by the supplier/ selected bidder.
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 44 of 65
21) Settlement of Disputes
a) General: If any dispute arises between the supplier/ selected bidder and RISL during the execution
of a contract that should be amicably settled by mutual discussions. However, if the dispute is not
settled by mutual discussions, a written representation will be obtained from the supplier/ selected
bidder on the points of dispute. The representation so received shall be examined by the concerned
Procurement Committee which sanctioned the tender. The Procurement Committee may take legal
advice of a counsel and then examine the representation. The supplier/ selected bidder will also be
given an opportunity of being heard. The Committee will take a decision on the representation and
convey it in writing to the supplier/ selected bidder.
b) Standing Committee for Settlement of Disputes: If a question, difference or objection arises in
connection with or out of the contract/ agreement or the meaning of operation of any part, thereof or
the rights, duties or liabilities of either party have not been settled by mutual discussions or the
decision of tender sanctioning Procurement Committee, it shall be referred to the empowered
standing committee for decision, if the amount of the claim is more than Rs. 50,000/-. The
empowered standing committee shall consist of following members: - (RISL)
Chairman of BoD of RISL : Chairman
Secretary, DoIT&C or his nominee,
not below the rank of Deputy Secretary : Member
Managing Director, RISL : Member
Director (Technical)/ Executive Director, RISL : Member
Director (Finance), RISL : Member
A Legal Expert to be nominated by the Chairman : Member
c) Procedure for reference to the Standing Committee: The supplier/ selected bidder shall present his
representation to the Managing Director, RISL along with a fee equal to two percent of the amount
of dispute, not exceeding Rupees One Lakh, within one month from the date of communication of
decision of the tender sanctioning Procurement Committee. The officer-in-charge of the project who
was responsible for taking delivery of the goods and/ or service from the supplier/ selected bidder
shall prepare a reply of representation and shall represent the RISL‟s stand before the standing
committee. From the side of the supplier/ selected bidder, the claim case may be presented by
himself or through a lawyer. After hearing both the parties, the standing committee shall announce
its decision which shall be final and binding both on the supplier/ selected bidder and RISL. The
standing committee, if it so decides, may refer the matter to the Board of Directors of RISL for
further decision.
d) Legal Jurisdiction: All legal proceedings arising out of any dispute between both the parties
regarding a contract shall be settled by a competent court having jurisdiction over the place, where
agreement has been executed and by no other court, after decision of the standing committee for
settlement of disputes.
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 45 of 65
7. SPECIAL TERMS AND CONDITIONS OF TENDER & CONTRACT
1) Bidder must quote for all the projects i.e. (RNT Medical College Udaipur and Dr. SN MC Jodhpur
and 20 KGBV’s). In case a bidder does not quote for any of the project the bid shall be summarily
rejected and financial bid shall not be opened.
2) Payment Terms and Schedule
a) Payment schedule - Payments to the bidder, after successful completion of the target milestones
(including specified project deliverables), would be made as under: -
b) Payments to the bidder, after successful completion of the target milestones (including specified
project deliverables), would be made as under: -
Srl Deliverable Payments Number of Payments
1 Quarterly satisfactory performance reports
Quarterly report containing details on total
number of calls logged, resolved, pending
and corresponding resolution time
8 ( ) % of total cost of
each project. (Item no.1
to Item No. 3 of the
financial bid)
12
c) The supplier‟s/ selected bidder‟s request for payment shall be made to the purchaser in writing,
accompanied by invoices describing, as appropriate, the services performed, and by the required
documents submitted pursuant to general conditions of the contract and upon fulfilment of all the
obligations stipulated in the Contract.
d) Due payments shall be made promptly by the purchaser, generally within sixty (60) days after
submission of an invoice or request for payment by the supplier/ selected bidder, and the purchaser
has accepted it.
e) The payments shall be made to the supplier/ selected bidder under this Contract shall be Indian
Rupees (INR) only.
f) All remittance charges will be borne by the supplier/ selected bidder.
g) In case of disputed items, the disputed amount shall be withheld and will be paid only after settlement
of the dispute.
h) Any penalties/ liquidated damages, as applicable, for delay and non-performance, as mentioned in this
bidding document, will be deducted from the payments for the respective milestones.
i) Taxes, as applicable, will be deducted/ paid as per the prevalent rules and regulations.
3) Service Level Standards/ Requirements/ Agreement
Sr.
No.
Item Category
as marked in
BoM
(Annexure-1)
Measurement
Parameter
Service Level Penalty
A. Critical Time to resolve
complaints after
lodging the
complaint for the
hardware
Within 6 hours of lodging
the complaint
No penalty
Within 12 hours of lodging
the complaint
Rs. 500 per complaint
>12 hours of lodging the
complaint
Rs. 800 per complaint for
every 12 hours passed
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 46 of 65
Sr.
No.
Item Category
as marked in
BoM
(Annexure-1)
Measurement
Parameter
Service Level Penalty
after lodging the
complaint
B. Non critical
(Hospital)
Time to resolve
complaints after
lodging the
complaint for the
hardware
Within 24 hours of lodging
the complaint
No penalty
>24 hours of lodging the
complaint
Rs. 200 for every 24
hours passed after
lodging the complaint
C. Non critical
(KGBV)
Time to resolve
complaints after
lodging the
complaint for the
hardware
Within 5 days of lodging the
complaint
No penalty
> 5 days of working days of
lodging the complaint
Rs. 100 for every 24
hours passed after initial
5 days of lodging the
complaint of no penalty
D. Absence of
Service
engineer
without the
permission of
Nodal Officer
Number of days
service engineer is
absent without the
permission of Nodal
Officer
A service engineer is to be
deployed onsite at the
Hospital as per the scope of
work. Service engineer
shall be available during
hospital working hours.
Service Engineer shall be
allowed to take 3 leaves
including leaves on medical
ground per quarter, which
may be accumulated on a
yearly basis after which it
shall lapse if un availed.
Service engineer. If the
service engineer takes a
leave for more than 3
continuous days, a suitable
replacement shall be
provided by selected bidder.
A penalty of Rs. 900 per
day of absence shall be
levied in case of absence
of service engineer
No penalty shall be applicable in case a standby part (s)/component(s) is provided with equal or higher
specification, original part (s)/component(s) is repaired within 6 days or in case the original part
(s)/component(s) is not repairable, it is replaced with equal or higher specification of same make.
4) Change Requests/ Management
a) An institutional mechanism will be set up for taking decisions regarding requests for changes. The
Purchase Committee will set up a Change Control Committee with members from the procurement
agency and the selected bidder. If it is unable to reach an agreement, the decision of the Purchase
Committee will be final.
b) RISL may at any time, by a written order given to the bidder , make changes within the general
scope of the Agreement in any one or more of the following: -
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 47 of 65
Service to be provided under the Agreement are to be specifically developed and rendered for
RISL.
c) The change request/ management procedure will follow the following steps: -
Identification and documentation of the need for the change - The information related to initiator,
initiation date and details of change required and priority of the change will be documented by
RISL.
Analysis and evaluation of the Change Request - Impact of the change in terms of the estimated
effort, changed schedule, cost and the items impacted will be analysed and documented by the
bidder.
Approval or disapproval of the change request – RISL will approve or disapprove the change
requested including the additional payments.
Implementation of the change – The change will be implemented in accordance to the agreed
cost, effort, and schedule by the selected bidder.
Verification of the change - The change will be verified by RISL on implementation of the
change request.
d) All changes outside the scope of supplies agreed to herein which may have likely financial
implications in terms of the overall cost/ time of the project shall be undertaken by SI only after
securing the express consent of RISL. In the event that the consent of RISL is not received then the
change will not be carried out.
e) While approving any change request, if required, RISL may ask the bidder to deploy the required
resources on-site.
f) If any such change outside the scope of supplies agreed to herein causes an increase or decrease
in cost of, or the time required for, firm‟s performance of any provisions under the Agreement,
equitable adjustments shall be made in the Agreement Price or Delivery Schedule, or both, and the
Agreement shall accordingly be amended. Any claims by firm for adjustment under this must be
asserted within 30 (thirty) days from the date of SI receiving the RISL change order which shall not
be unreasonably withheld or delayed.
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 48 of 65
ANNEXURE-1: Items supplied and installed by SI at various locations
Items supplied and installed at Dr. SNMC Jodhpur and its attached hospitals
Sr. No
Item Desc Make & Model Installed Item Category of Equipment
1. Desktops High End SIS Agile DAG 4659
81 Non Critical
2. Desktops Low End SIS Agile DAG 4639
444 Non Critical
3. Workstations (for database & application)
SIS Workhorse SWH 327
8 Critical
4. UPS 800 VA Line-interactive Pawas PTA 800 496 Non Critical
5. UPS online 10 KVA Emerson ITA 4 Critical
6. UPS online 1 KVA Emerson GX MT+ 28 Critical
7. 80 Col. Dot Matrix Printer EPSON FX-890 150 Critical
8. 132 Col. Dot Matrix Printer EPSON LQ 2090 13 Non Critical
9. Laser Printer HP Laserjet Pro P 1566
83 Non Critical
10. Laser Network multifunction printer HP Laserjet Pro M 1536 DNF
9 Non Critical
11. Document Scanner HP Scanjet 3000 37 Non Critical
12. Computer Table Godrej APO Champ
496 Non Critical
13. Computer Chair with Arms Godrej 4103I 496 Non Critical
14. LCD Panel 40'' Samsung 400 MX3 4 Non Critical
15. Rack for Workstation (42U with KVM switch)
SiS Sunny Rack 4 Non Critical
16. Bar Code Printer Zebra GT 800 23 Non Critical
17. Bar Code Scanner DataLogic QSI QD 2100
25 Non Critical
18. DG Set for server room Perfect Pech 15 4 Critical
19. Biometrics Readers M2S_PS07 6 Non Critical
20. Touch Screen Kiosks SiS Sunny Kiosk 5 Non Critical
21. Laptop Acer 4750 9 Non Critical
22. Central Switch with OEM NMS Dlink DGS-3620-28SC-EI
4 Critical
23. Edge Switch DGS 3420 28 PC 42 Critical
24. Service Desk Solution Noc Desk V 3.4 1 Non Critical
25. VOIP Phones Cisco 7962 G 10 Non Critical
26. Cat-6 Cable (In Meters ) DAX DX-Co6300V 29310 Non Critical
27. Face plates DAX DX-AFPS 001 721 Non Critical
28. I/O (Information Outlet) Dax Mo6001 721 Non Critical
29. 24 port jack panel Dax DX PPS6024 38 Non Critical
30. Mounting cords 3 ft DAX DX C06001 600 Non Critical
31. Mounting Cords 7 ft DAX DX C06002 524 Non Critical
32. PVC Conduit for CAT-6 ( In Meters) ISI Mark PVC 11724 Non Critical
33. Optical Fiber Cable (MMF)( In Meters)
Dax DX N1 0063+ 5775 Non Critical
34. LIU, 24 Port (Multi Mode with coupler) for Central switches
DAX DX-F00101/ DX SPLO 24/ DX
P20122
3 Non Critical
35. LIU, 12 Port (Multi Mode with coupler & pigtail) for Edge switches
DAX DX-F00101 38 Non Critical
36. Transreceivers (Multi Mode) Dlink-DEM 311GT 69 Non Critical
37. SC Duplex Adaptors (MM) DAX DX AM0102 324 Non Critical
38. Optical Fiber Connectors/Pigtail SC (MM)
DAX DX N11002+ 384 Non Critical
39. Optical fiber cords (MM) 3 meters LC-SC
Dax DX N21403+ 65 Non Critical
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 49 of 65
40. PVC Conduit for MM fiber (in Meters)
ISI Mark PVC Pipe 3465 Non Critical
41. HDPE for MM Fiber (in Meters) Parikshit 2000 Non Critical
42. OFC S.M (in Metres) DAX DX S10061 1000 Non Critical
43. LIU 24 port (SM) for Central Switch DX F00101 4 Non Critical
44. LIU 12 port (SM) for edge switch DX F00101 6 Non Critical
45. Transreceivers (SM) Dlink DEM 310GT 4 Non Critical
46. SC Duplex Adaptors (SM) DAX DX ASO102 10 Non Critical
47. Optical Pigtail/ Connector SC (SM) DAX DX S11002 14 Non Critical
48. Optical fiber cords 3 meters SM LC-SC
DAX DX S21403 6 Non Critical
49. UTP LAN Cabling with wiring, casing & conduiting (in Mts)
11724 Non Critical
50. Fiber Cabling with HDPE and PVC conduits (in Mts)
5005 Non Critical
Items supplied and installed at RNT Medical College Udaipur and its attached hospitals
Item No
Item Name Make and
Model Actual
Supplied Qty Category of Equipment
1. Desktops High End 4659
SIS Agile DAG 4659 50
Non Critical
2. Desktops Low End 4639
SIS Agile DAG 4639 361
Non Critical
3. Workstations (for database & application) basic
SIS Workhorse SWH 327 4
Critical
4. UPS 800 VA Line-interactive (30 mnts)
Pawas PTA 800 388
Non Critical
5. UPS online (10 KVA with 4 hrs BB) Emerson ITA 2 Critical
6. UPS online (1 KVA with1 hr. BB)
Emerson GX MT+ 26
Critical
7. 80 Col Dot Matrix Printer (DMP)
EPSON FX-890
121 Critical
8. 132 Col Dot Matrix Printer (DMP)
EPSON LQ 2090
14 Critical
9. Laser Printer (HP LJPRO1566)
HP Laserjet Pro P 1566 39
Non Critical
10. Laser Network Multifunction Printer (HP)
HP Laserjet Pro M 1536
DNF 7
Non Critical
11. Document Scanner (HP)
HP Scanjet 3000 22
Non Critical
12. Computer Table
Godrej APO Champ
388 Non Critical
13. Computer Chair Godrej 4103I 388 Non Critical
14. LCD panel 40"
Samsung 400 MX3
2 Non Critical
15. Rack 42U with KVM switch
SiS Sunny Rack
2 Non Critical
16. Bar Code Printer (ZEBRA) Zebra GT 800 8 Non Critical
17. Bar Code Scanner (QSI QD 2100)
DataLogic QSI QD 2100
11 Non Critical
18. DG Set for server room (15 KVA) Perfect Pech 2 Non Critical
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 50 of 65
15
19. Biometrics Readers M2S_PS07 5 Non Critical
20. Touch Screen Kiosks
SiS Sunny Kiosk
2 Non Critical
21. Laptop acer Acer 4750 1 Non Critical
22. Central Switch with OEM NMS (RACK 24 U)
Dlink DGS-3620-28SC-EI
2 Critical
23. Central Switch without OEM NMS
Dlink DGS-3620-28SC-EI
1 Critical
24. Edge Switch (including RACK 12 U)
DGS 3420 28 PC
40 Critical
25. VOIP Phones Cisco 7962 G 6 Non Critical
26. Cat-6 Cable
DAX DX-Co6300V
35365 Non Critical
27. Face Plate
DAX DX-AFPS 001
674 Non Critical
28. I/O Information Outlet Dax Mo6001 674 Non Critical
29. 24 port jack panel
Dax DX PPS6024
38 Non Critical
30. Mounting cords 3 ft
DAX DX C06001
415 Non Critical
31. Mounting Cords 7 ft
DAX DX C06002
415 Non Critical
32. PVC Conduit for CAT6 ISI Mark 25MM ISI Mark PVC 10500 Non Critical
33. Optical Fibre Cable (MMF)( In Meters)
Dax DX N1 0063+
7100 Non Critical
34.
LIU, 24 Port (Multi Mode with coupler)
DAX DX-F00101/ DX
SPLO 24/ DX P20122
3
Non Critical
35. LIU, 12 Port (Multi Mode with coupler & pigtail)
DAX DX-F00101
33 Non Critical
36. Transreceivers (Multi Mode)
Dlink-DEM 311GT
74 Non Critical
37. SC Duplex Adaptors (MM)
DAX DX AM0102
190 Non Critical
38. Optical Fibre Connectors/ Pigtail SC (MM) *
DAX DX N11002+
230 Non Critical
39. Optical fibre cords (MM) 3 meters LC-SC
Dax DX N21403+
64 Non Critical
40. PVC Conduit for MM fibre (in Meters)
ISI Mark PVC Pipe
5600 Non Critical
41. HDPE/ Conduit for MM Fibre ISI Mark Parikshit 1400 Non Critical
42. Fiber Cabling with HDPE and PVC conduits (in Mts)
900
Non Critical
43. UTP LAN Cabling with wiring, casing & conduiting (in Mts)
10900
Non Critical
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 51 of 65
Items supplied and installed at 20 KGBV’s
Item No
Item Name Make and Model Actual
Supplied Qty
Category of
Equipment
1. Desktop SIS Agile DAG 4639 80 Non Critical
2. Scanner HP G2410 20 Non Critical
3. UPS Uniline Smartpower 80 Non Critical
4. Laser Printer Brother HL 2140 20 Non Critical
5. Switch DAX DX 508PS 20 Non Critical
6. UTP Patch Cord DAX DX C06001 80 Non Critical
7. CAT 6 UTP cable DAX DX C06300V Apprx.
600 mtr. Non Critical
8. I/O Box DAX DX SMB601 80 Non Critical
Locations of KGBV
S.No. District Block Town Place of KGBV Model
1. Ajmer Shrinagar Shrinagar 1
2. Alwar Thanagazi Pratapgarh 1
3. Bharatpur Wair Nithar 1
4. Bikaner Lunkaransar Damolai 1
5. Bundi Nainawa Dai 1
6. Chittorgarh Gangrar Gangrar 1
7. Dausa Dausa Dausa 1
8. Dhoulpur Bari Hasai 1
9. Dungarpur Bichhwara Genji 1
10. Jaisalmer Pokaran Bhadaria 1
11. Jalore Bhinmal Punasa 1
12. Jhalawar Mnoharthana Jawar 1
13. Jodhpur Balesar Balesar 1
14. Karauli Sapotara Naroli Dang 1
15. Nagaur Jayal Jayal 1
16. S.Ganganagar Suratgarh Amarpura Jatan 1
17. S.Madhopur Bonli Bonli 1
18. Sirohi Sirohi Jawal 1
19. Tonk Devli Awan 1
20. Udaipur Gogunda Nandeshama 1
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 52 of 65
ANNEXURE-2: PRE-BID QUERIES FORMAT {to be filled by the bidder}
Name of the Company/Firm:
Bidding Document Fee Receipt No. ___________ Dated___________ for Rs. _____________/-
Name of Person(s) Representing the Company/ Firm:
Name of Person Designation Email-ID(s) Tel. Nos. & Fax Nos.
Company/Firm Contacts:
Contact Person(s) Address for Correspondence
Email-ID(s) Tel. Nos. & Fax Nos.
Query / Clarification Sought:
S.No. RFP Page No.
RFP Rule No.
Rule Details Query/ Suggestion/ Clarification
Note: - Queries must be strictly submitted only in the prescribed format (.XLS/ .XLSX/ .ODF). Queries not
submitted in the prescribed format will not be considered/ responded at all by the procuring entity. Also,
kindly attach the coloured scanned copy of the receipt towards the submission of the bidding/ tender
document fee.
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 53 of 65
ANNEXURE-3: BIDDER’S AUTHORIZATION CERTIFICATE {to be filled by the bidder}
To,
{Procuring entity},
______________________________,
______________________________,
I/ We {Name/ Designation} hereby declare/ certify that {Name/ Designation} is hereby authorized to sign
relevant documents on behalf of the company/ firm in dealing with NIB reference No.
______________________ dated _________. He/ She is also authorized to attend meetings & submit
technical & commercial information/ clarifications as may be required by you in the course of processing the
Bid. For the purpose of validation, his/ her verified signatures are as under.
Thanking you,
Name of the Bidder: - Verified Signature:
Authorised Signatory: -
Seal of the Organization: -
Date:
Place:
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 54 of 65
ANNEXURE-4: SELF-DECLARATION {to be filled by the bidder}
To,
{Procuring entity},
______________________________,
In response to the NIB Ref. No. _____________________________ dated ___________ for {Project Title},
as an Owner/ Partner/ Director/ Auth. Sign. of ____________________________________, I/ We hereby
declare that presently our Company/ firm _________________, at the time of bidding,: -
a) possess the necessary professional, technical, financial and managerial resources and
competence required by the Bidding Document issued by the Procuring Entity;
b) have fulfilled my/ our obligation to pay such of the taxes payable to the Union and the State
Government or any local authority as specified in the Bidding Document;
c) is having unblemished record and is not declared ineligible for corrupt & fraudulent practices
either indefinitely or for a particular period of time by any State/ Central government/ PSU/ UT.
d) does not have any previous transgressions with any entity in India or any other country during the
last three years
e) does not have any debarment by any other procuring entity
f) is not insolvent in receivership, bankrupt or being wound up, not have its affairs administered by a
court or a judicial officer, not have its business activities suspended and is not the subject of legal
proceedings for any of the foregoing reasons;
g) does not have, and our directors and officers not have been convicted of any criminal offence
related to their professional conduct or the making of false statements or misrepresentations as to
their qualifications to enter into a procurement contract within a period of three years preceding
the commencement of the procurement process, or not have been otherwise disqualified pursuant
to debarment proceedings;
h) does not have a conflict of interest as mentioned in the bidding document which materially affects
the fair competition.
i) will comply with the code of integrity as specified in the bidding document.
If this declaration is found to be incorrect then without prejudice to any other action that may be taken as
per the provisions of the applicable Act and Rules thereto prescribed by GoR, my/ our security may be
forfeited in full and our bid, to the extent accepted, may be cancelled.
Thanking you,
Name of the Bidder: -
Authorised Signatory: -
Seal of the Organization: -
Date:
Place:
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 55 of 65
ANNEXURE-5: CERTIFICATE OF CONFORMITY/ NO DEVIATION {to be filled by the bidder}
To,
{Procuring Entity},
______________________________,
CERTIFICATE
This is to certify that, the services which I/ We have mentioned in the Technical bid, and which I/ We shall
supply if I/ We am/ are awarded with the work, are in conformity with the requirements of the bidding
document and that there are no deviations of any kind from the requirement specifications.
Also, I/ we have thoroughly read the bidding document and by signing this certificate, we hereby submit our
token of unconditional acceptance to all the terms & conditions of the bidding document without any
deviations.
I/ We also certify that the price I/ we have quoted is inclusive of all the cost factors involved in the end-to-
end implementation and execution of the project, to meet the desired Standards set out in the bidding
Document.
Thanking you,
Name of the Bidder: -
Authorised Signatory: -
Seal of the Organization: -
Date:
Place:
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 56 of 65
ANNEXURE-6: FINANCIAL BID COVER LETTER & FORMAT
COVER LETTER {to be submitted by the bidder on his Letter head}
To,
{Procuring Entity},
______________________________,
Reference: NIB No. :___________________________________ Dated:__________
Dear Sir,
We, the undersigned bidder, Having read & examined in detail, the Bidding Document, the receipt of which
is hereby duly acknowledged, I/ we, the undersigned, offer to supply/ work as mentioned in the Scope of the
work, Bill of Material, Technical specifications, Service Level Standards & in conformity with the said
bidding document for the same.
I / We undertake that the prices are in conformity with the specifications prescribed. The quote/ price are
inclusive of all cost likely to be incurred for executing this work. The prices are inclusive of all type of govt.
taxes/duties as mentioned in the financial bid (BoQ).
I / We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule
specified in the schedule of Requirements.
I/ We hereby declare that in case the contract is awarded to us, we shall submit the contract performance
guarantee as prescribed in the bidding document.
I / We agree to abide by this bid for a period of _____ days after the last date fixed for bid submission and it
shall remain binding upon us and may be accepted at any time before the expiry of that period.
Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and
your notification of award shall constitute a binding Contract between us.
I/ We hereby declare that our bid is made in good faith, without collusion or fraud and the information
contained in the bid is true and correct to the best of our knowledge and belief.
We understand that you are not bound to accept the lowest or any bid you may receive.
We agree to all the terms & conditions as mentioned in the bidding document and submit that we have not
submitted any deviations in this regard.
Date:
Authorized Signatory
Name:
Designation:
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 57 of 65
Financial Bid Format
{to be submitted by the bidder only in BoQ format (.XLS) available at e-Procurement portal}
Sl.
No.
(1)
Item Description
(2)
Quantity
(3)
Unit
(4)
Unit
Cost
(5)
Total Amount (in
Rs.) including all
taxes, levies and
duties applicable but
excluding Service
Tax (INR).
(6)= (3 X 5)
1 Amount for Maintenance
Services for IT Infrastructure
at RNT Medical College
Udaipur and attached
hospitals
3 Years
2 Amount for Maintenance
Services for IT Infrastructure
at Dr. SN Medical College
Jodhpur and attached
hospitals
3 Years
3 Maintenance Services for IT
Infrastructure at KGBV‟s
1 Year
***Total in Figures
***Total in Words
NOTE- SERVICE TAX SHALL BE PAID AT APPLICABLE RATES
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 58 of 65
ANNEXURE-7: BANK GUARANTEE FORMAT {to be submitted by the bidder‟s bank}
BANK GUARANTEE FORMAT – PERFORMANCE SECURITY (PBG)
(To be stamped in accordance with Stamp Act and on a Stamp Paper purchased from Rajasthan State only and to be issued by a Nationalised/ Scheduled bank having its branch at Jaipur and payable at par at Jaipur, Rajasthan)
To,
The Managing Director,
RajCOMP Info Services Limited (RISL),
First Floor, Yojana Bhawan, C-Block, Tilak Marg, C-Scheme, Jaipur-302005 (Raj).
1. In consideration of the RajCOMP Info Services Limited (hereinafter called "RISL") having agreed to
exempt M/s ..........................(hereinafter called "the said Contractor(s)" from the demand, under the
terms and conditions of an Agreement No..................................dated .....................made between the
RISL through …………………… and .......................(Contractor) for the work .................(hereinafter
called "the said Agreement") of Security Deposit for the due fulfilment by the said Contractor (s) of the
terms and conditions contained in the said Agreement, on production of a Bank Guarantee for
Rs...................(rupees ........................................only), we ...................(indicate the name of the Bank),
(hereinafter referred to as "the Bank") at the request of ..................Contractor(s) do hereby undertake to
pay to the RISL an amount not exceeding Rs...................(Rupees..................................only) on demand.
2. We................. (Indicate the name of Bank), do hereby undertake to pay Rs....................
(Rupees............................only), the amounts due and payable under this guarantee without any demur
or delay, merely on a demand from the RISL. Any such demand made on the bank by the RISL shall be
conclusive as regards the amount due and payable by the Bank under this guarantee. The Bank
Guarantee shall be completely at the disposal of the RISL and We....................... (Indicate the name of
Bank), bound ourselves with all directions given by RISL regarding this Bank Guarantee. However, our
liability under this guarantee shall be restricted to an amount not exceeding Rs......................
(Rupees....................only).
3. We.......................(indicate the name of Bank), undertake to pay to the RISL any money so demanded
notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding pending
before any Court or Tribunal or Arbitrator etc. relating thereto, our liability under these presents being
absolute, unequivocal and unconditional.
4. We.....................(indicate the name of Bank) further agree that the performance guarantee herein
contained shall remain in full force and effective up to <DATE> and that it shall continue to be
enforceable for above specified period till all the dues of RISL under or by virtue of the said Agreement
have been fully paid and its claims satisfied or discharged or till the RISL certifies that the terms and
conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and
accordingly discharges this guarantee.
5. We ...........................(indicate the name of Bank) further agree with the RISL that the RISL shall have
the fullest liberty without our consent and without affecting in any manner our obligations hereunder to
vary any of the terms and conditions of the said Agreement or to extend time of performance by the said
Contractor(s) from time to time or to postpone for any time or from time to time any of the powers
exercisable by the RISL against the said Contractor(s) and to forbear or enforce any of the terms and
conditions relating to the said Agreement and we shall not be relieved from our liability by reason of any
such variation, or extension being granted to the said Contractor(s) or for any forbearance, act or
omission on the part of the RISL or any indulgence by the RISL to the said Contractor(s) or by any such
matter or thing whatsoever which would but for this provision, have effect of so relieving us.
6. The liability of us ............................. (indicate the name of Bank), under this guarantee will not be
discharged due to the change in the constitution of the Bank or the contractor(s).
7. We .............................. (indicate the name of Bank), lastly undertake not to revoke this guarantee except
with the previous consent of the RISL in writing.
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 59 of 65
8. This performance Guarantee shall remain valid and in full effect, until it is decided to be discharged by
the RISL. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to
Rs........................... (Rupees..............................only).
9. It shall not be necessary for the RISL to proceed against the contractor before proceeding against the
Bank and the guarantee herein contained shall be enforceable against the Bank notwithstanding any
security which the RISL may have obtained or obtain from the contractor.
10. We .............................. (indicate the name of Bank) verify that we have a branch at Jaipur. We
undertake that this Bank Guarantee shall be payable at any of its branch at Jaipur. If the last day of
expiry of Bank Guarantee happens to be a holiday of the Bank, the Bank Guarantee shall expire on the
close of the next working day.
11. We hereby confirm that we have the power(s) to issue this guarantee in your favor under the
memorandum and articles of Association/constitution of our bank and the undersigned is/are the
recipient of authority by express delegation of power(s) and has/have full power(s) to execute this
guarantee for the power of attorney issued by the bank.
Dated..........................day of....................For and on behalf of the <Bank> (indicate the Bank)
Signature
(Name & Designation)
Bank's Seal
The above performance Guarantee is accepted by the RISL
For and on behalf of the RISL
Signature
(Name & Designation)
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 60 of 65
ANNEXURE-8: DRAFT AGREEMENT FORMAT {to be mutually signed by selected bidder and procuring
entity}
This Contract is made and entered into on this ______day of ________, 2013 by and between RajCOMP
Info Services Limited (RISL), having its head office at First Floor, Yojana Bhawan, Tilak Marg, C-Scheme,
Jaipur-302005, Rajasthan (herein after referred to as Purchaser/ RISL) which term or expression, unless
excluded by or repugnant to the subject or context, shall include his successors in office and assignees on
ONE PART
And
M/s__________________, a company registered under the Indian Companies Act, 1956 with its registered
office at _____________________ (herein after referred as the “Successful Bidder/ Supplier”) which term
or expression, unless excluded by or repugnant to the subject or context, shall include his successors in
office and assignees on the OTHER PART.
Whereas,
Purchaser is desirous of appointing an agency for <project title> as per the Scope of Work and Terms and
Conditions as set forth in the RFP document dated _________ of <NIB No _________________>.
And whereas
M/s______________ represents that it has the necessary experience for carrying out the overall work as
referred to herein and has submitted a bid and subsequent clarifications for providing the required services
against said NIB and RFP document issued in this regard, in accordance with the terms and conditions set
forth herein and any other reasonable requirements of the Purchaser from time to time.
And whereas
Purchaser has accepted the bid of supplier/selected bidder and has placed the Work Order vide Letter No.
__________________ dated _______, on which supplier has given their acceptance vide their Letter
No._____________ dated ____________.
And whereas
The supplier has deposited a sum of Rs. ________________/- (Rupees _________________) in the form
of __________________ ref no. _________________ dated ______________ of ____________ Bank and
valid up to _____________ as security deposit for the due performance of the contract.
Now it is hereby agreed to by and between both the parties as under: -
1. The NIB Ref. No. ____________________________ dated ___________ and RFP document dated
_________ issued by RISL along with its enclosures/ annexures, wherever applicable, are deemed to
be taken as part of this contract and are binding on both the parties executing this contract.
2. In consideration of the payment to be made by RISL to supplier at the rates set forth in the work order
no. ____________________ dated _________ will duly supply the said articles set forth in “Annexure-I:
Bill of Material” thereof and provide related services in the manner set forth in the RFP, along with its
enclosures/ annexures and Technical Bid along with subsequent clarifications submitted by supplier.
3. The RISL do hereby agree that if supplier shall duly supply the said articles and provide related services
in the manner aforesaid observe and keep the said terms and conditions of the RFP and Contract, the
RISL will pay or cause to be paid to supplier, at the time and the manner set forth in the said conditions
of the RFP, the amount payable for each and every project milestone & deliverable. The mode of
Payment will be as specified in the RFP document.
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 61 of 65
4. The timelines for the prescribed Scope of Work, requirement of services and deployment of technical
resources shall be effected from the date of work order i.e. ____________ and completed by supplier
within the period as specified in the RFP document.
5. In case of extension in the delivery and/ or installation period/ completion period with liquidated
damages, the recovery shall be made on the basis of following percentages of value of services which
supplier has failed to supply: -
a) Delay up to one fourth period of the prescribed delivery period 2.5%
b) Delay exceeding one fourth but not exceeding half of the prescribed delivery
period 5.0%
c) Delay exceeding half but not exceeding three fourth of the prescribed delivery
period 7.5%
d) Delay exceeding three fourth of the prescribed delivery period 10.0%
Note:
i. Fraction of a day in reckoning period of delay in supplies/ maintenance services shall be
eliminated if it is less than half a day.
ii. The maximum amount of agreed liquidated damages shall be 10%.
iii. If supplier requires an extension of time in completion of contractual supply on account of
occurrence of any hindrances, he shall apply in writing to the authority which had placed the work
order, for the same immediately on occurrence of the hindrance but not after the stipulated date of
completion of supply.
iv. Delivery period may be extended with or without liquidated damages if the delay in the supply of
services in on account of hindrances beyond the control of supplier.
6. All disputes arising out of this agreement and all questions relating to the interpretation of this
agreement shall be decided as per the procedure mentioned in the RFP document.
In witness whereof the parties have caused this contract to be executed by their Authorized Signatories on
this _____day of _______________, 2013.
Signed By: Signed By:
( )
Designation:,
Company:
(Sanjay Malhotra)
Managing Director, RISL
In the presence of:
In the presence of:
( )
Designation:
Company:
( )
Designation:
Department of IT&C, Govt. of Rajasthan
( )
Designation:
Company:
( )
Designation:
Department of IT&C, Govt. of Rajasthan
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 62 of 65
ANNEXURE-9: FORMAT FOR SUBMISSION OF PROJECT REFERENCES FOR PRE-QUALIFICATION
EXPERIENCE
Project Name: Value of Contract/Work Order (In INR):
Country:
Location within country:
Project Duration:
Name of Customer: Total No. of staff-months of the assignment:
Contact person with address, phone, fax
and e-mail:
Approx. value of the services provided by your
company under the contract (in INR):
Start date (month/year):
Completion date (month/year):
Name of associated Bidders, if any:
Narrative description of Project:
List of Services provided by your firm/company
Please attach a copy of the work order/ completion certificate/ purchase order/ letter from the customer for
each project reference
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 63 of 65
ANNEXURE-10: MEMORANDUM OF APPEAL UNDER THE RTPP ACT, 2012
Appeal No ………of ……………
Before the ………………………… (First/ Second Appellate Authority)
1. Particulars of appellant:
a. Name of the appellant: <please specify>
b. Official address, if any: <please specify>
c. Residential address: <please specify>
2. Name and address of the respondent(s):
a. <please specify>
b. <please specify>
c. <please specify>
3. Number and date of the order appealed against and name and designation of the officer/ authority who
passed the order (enclose copy), or a statement of a decision, action or omission of the procuring entity
in contravention to the provisions of the Act by which the appellant is aggrieved: <please specify>
4. If the Appellant proposes to be represented by a representative, the name and postal address of the
representative: <please specify>
5. Number of affidavits and documents enclosed with the appeal: <please specify>
6. Grounds of appeal (supported by an affidavit): <please specify>
7. Prayer: <please specify>
Place …………………………………….
Date ……………………………………
Appellant's Signature
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 64 of 65
Annexure-11: Specifications of Workstations
Item Description of Requirement
Model Offered Mention Make
Make Offered Mention Model
Mandatory Certifications OEM – ISO 9001 Manufacturer, Certified on supplied OS, UL & FCC
Processor 1 x Intel Xeon E5620 (12MB L3 Cache/ 2.40 GHz) or higher
Chipset Intel E 5520 series or better on Intel/ OEM motherboard
Ram/Main Memory 32 GB DDR3 1066 MHz expandable to 48 GB or better
Hard Disk Capacity & Type 4 x 500 GB SATA HDD at 7200 RPM
Form Factor Rack Mountable
Storage Controller SATA Controller RAID 0,1
Monitor / Display Unit 18.5” Wide TFT Monitor or higher TCO‟05 Certified
Networking 2x1Gbps Ethernet Card with Full duplex TCP/IP off load engine and WOL feature
Mouse With Pad Two button optical scroll mouse
Keyboard OEM Mechanical Keyboard
Bays 4 Nos. of Hot swappable bays
PCI Slots Min. 4 PCI/ PCI express incl. 1 PCI Express X 16
Ports 6 USB 2.0 ports, 1 serial port, 1 VGA
Optical & external Storage Internal latest DVD RW (16X or higher)
Operating System & support Latest RHEL Standard Edition with three year standard subscription support (Support letter from OS OEM required in original)
Power Management ACPI (Advanced Configuration and Power Management Interface)
Bundle Software OEM System Health monitoring tool available with hardware
Request for Proposal (RFP) Document for Maintenance Services of Hardware (Final After Pre-bid)
F 4.2 (116)/ RISL/ Tech/ 2013/ 4610 dated 24-07-13 Page 65 of 65
Annexure-12: Details of Hospitals in Udaipur and Jodhpur where hardware is installed
1. Udaipur
Sr.
No.
Details of Hospital
1 RNT Medical College
2 Maharana Bhupal & PZ Government Hospital
3 Chest and TB Hospital
2. Jodhpur
Sr.
No.
Details of Hospital
1 Mahatma Gandhi Hospital Jodhpur
2 MDM & Psychiatry
3 Ummed Hospital
4 Chest & TB Hospital
5 Medical College